SUPPLY TENDER DOCUMENTATION FOR PROCUREMENT OF …

44
BOSNA I HERCEGOVINA FEDERACIJA BOSNE I HERCEGOVINE FEDERALNA UPRAVA CIVILNE ZAŠTITE BOSNIA AND HERZEGOVINA FEDERATION OF BOSNIA AND HERZEGOVINA FEDERAL ADMINISTRATION CIVIL PROTECTION SUPPLY TENDER DOCUMENTATION FOR PROCUREMENT OF MOBILE LABORATORY FOR DECONTAMINATION AND DETOXIFICATION (AUTONOMOUS MOBILE TRAILER – STATION FOR RCB DETOXIFICATION OF MATERIAL, VEHICLES AND TERRAIN AND DECONTAMINATION OF PERSONNEL)” REQUIRED FOR EQUIPPING THE RCB SERVICE FOR PROTECTION AND RESCUING IN FEDERATION BOSNIA AND HERZEGOVINA NUMBER: 08-14/4-368-4/08 OPEN PROCEDURE – INTERNATIONAL TENDER Sarajevo, September 2008

Transcript of SUPPLY TENDER DOCUMENTATION FOR PROCUREMENT OF …

BOSNA I HERCEGOVINA FEDERACIJA BOSNE I HERCEGOVINE FEDERALNA UPRAVA CIVILNE ZAŠTITE

BOSNIA AND HERZEGOVINA FEDERATION OF BOSNIA AND HERZEGOVINA FEDERAL ADMINISTRATION CIVIL PROTECTION

SUPPLY

TENDER DOCUMENTATION FOR PROCUREMENT OF

“MOBILE LABORATORY FOR DECONTAMINATION AND DETOXIFICATION (AUTONOMOUS MOBILE TRAILER – STATION FOR RCB DETOXIFICATION OF MATERIAL,

VEHICLES AND TERRAIN AND DECONTAMINATION OF PERSONNEL)”

REQUIRED FOR EQUIPPING THE RCB SERVICE FOR PROTECTION AND RESCUING IN FEDERATION BOSNIA AND HERZEGOVINA

NUMBER: 08-14/4-368-4/08

OPEN PROCEDURE – INTERNATIONAL TENDER

Sarajevo, September 2008

CONTENT:

1. INVITATION TO SUBMIT OFFERS ............................................................................ 3

2. GENERAL INFORMATION RELATED TO THE PROCEDURE ................................. 4

3. INFORMATION ON THE CONTRACTING AUTHORITY ............................................ 4

4. SUBJECT OF THE PROCUREMENT ......................................................................... 5

5. INSTRUCTIONS TO SUPPLIERS ............................................................................... 9

COMMUNICATION WITH SUPPLIERS ....................................................................... 9 PREPARATION OF OFFERS ...................................................................................... 9 CONFIDENTIALITY ................................................................................................... 10 SUBMITTING OFFERS .............................................................................................. 10 CHANGES OR WITHDRAWING OFFERS ................................................................ 10 PRICES CALCULATION ............................................................................................ 11 PLACE, DATE AND TIME OF RECEIVING OFFERS ................................................ 11 PLACE, DATE AND TIME OF OPENING OFFERS .................................................... 11 VALILDITY OF OFFERS ............................................................................................ 12

6. QUALIFICATION ....................................................................................................... 12

CRITERIA FOR PARTICIPATION AND PROVES ..................................................... 12

7. ASSESSMENT OF OFFERS.................................................................................... 155

CRITERIA FOR AWARDING THE CONRACT ......................................................... 155 PREFERENTIAL DOMESTIC TREATMENT ............................................................ 177 ABNORMAL LOW OFFERS ..................................................................................... 187 CORRECTION OF MISTAKES ................................................................................. 188

8. INFORMATION ON PROTECTION OF RIGHTS .................................................... 188

9. CONTRACT SIGNATURE ......................................................................................... 19

CONTRACT CONDITIONS ........................................................................................ 20 GUARANTEES AND OTHER OBLIGATIONS ........................................................... 20

10. INFORMATION ON TENDER DOCUMENTATION ….………………………………..20

11. ANNEXES................................................................................................................. 20

2

1. INVITATION TO SUBMIT OFFERS

Ref. no. 08-14/4-368-4/08 Bosnia and Herzegovina, Federal administration of civil protection (hereinafter: the Contracting authority), have announced in the „Official gazette BH” no. 76, dated 22.09.2008, the Notification on public procurement. In relation to this, we hereby invite you to submit offers in the open procurement procedure – international tender – for procurement of the following supplies: „MOBILE LABORATORY FOR DECONTAMINATION AND DETOXIFICATION (AUTONOMOUS MOBILE TRAILER – STATION FOR RCB DETOXIFICATION OF MATERIAL, VEHICLES AND TERRAIN AND DECONTAMINATION OF PERSONNEL)” REQUIRED FOR EQUIPPING THE RCB SERVICE FOR PROTECTION AND RESCUING IN FEDERATION BOSNIA AND HERZEGOVINA

In order to qualify for contract awarding, the tenderers must fulfil minimum requirements in

Articles 22-26. Law on public procurements in BH (Hereinafter: the Law), which are detailed in the point 6. of the tender documentation. OPTION: - Intention to conclude framework agreement (NO)

The tenderers must submit with the offer, tender guarantee in the amount of 1% of the total offer amount. Offers must be submitted to the following address:

FEDERALNA UPRAVA CIVILNE ZAŠTITE Dženetića čikma 14, 71000 Sarajevo, Bosna i Hercegovina

At latest till Friday 31.10. 2008, at 15,00 hours. The offers shall be opened in Sarajevo, at the FACP premises, Vitomira Lukića 10, Stup – municipality Ilidža, the same day (31.10.2008 godine) at 16,00 hours, with presence of authorised representatives of the tenderers.

Contract award criteria

The economically most favourable offer (Article 34. para. 1) point a) of the Law), in accordance to the subcriteria, as follows:

a) Offered price with discounts and VAT .................................................. 70 % b) Terms of payment .............................................................................. 15 % c) Delivery period …………………………........................................ 10 % d) Warranty .............................................................................. 5 %

The above criteria is applied to assess the offers (from the most important to less important

and with relative participation) The contract shall be awarded to the tenderer who submitted the best assessed

favourable offer.

All tenderers, who submitted their offers on time, shall within 7 days of the day of making the decision, be informed in written form on the decision made by the Contracting authority, on the results of the open procurement procedure, assessment or cancellation of the procedure.

All tenderers who believe that the Contracting authority has violated one or more

stipulations during the contract award procedure, has the right to file a complaint to the procedure, in a manner and time limit, determined in the Article 51. of the Law.

3

2. GENERAL INFORMATION RELATED TO THE PROCEDURE

2.1. Words and notions used in the tender documentation, have the following meanings:

“Authorised person/persons” – person/persons who are authorised by the Contracting authority or tenderer to act on behalf of them

“Contracting authority” – (Name of the Contracting authority) “The Law” – Law on public procurements in Bosnia and Herzegovina. “Procurement procedure” – procedure conducted by the Contracting authority, based on

this tender documentation. “Sublegal documents” – sublegal documents based on the Law: Directive on applying the

Law on public procurements in BH (“Official gazette BH” no. 3/05), Directive on preparing the procurement notification, contract award cancellation of the procurement procedure (“Official gazette BH“ no. 17/05) and Directive on managing the minutes on offers’ opening („Official gazette BH “ no. 17/05), “Tenderer” – Supplier who submitted the offer,

“Supplier” – All companies or persons or consortiums who offers the supplies on the market and submitted the offer in accordance to the tender documentation.

“TD” – this tender documentation. 2.2. The open procurement procedure shall be conducted in accordance to the Law,

sublegal documents made in accordance to the Law and this tender documentation. 2.3. Contract is awarded to the tenderer who submitted the most favourable. 2.4. The Contracting authority may cancel the procurement procedure, in accordance to

the Article 12 of the Law, when: a) No offer was submitted within the time limit; b) No offer was acceptable; c) Prices of the offers are significantly higher than the anticipated budget; d) Number of received offers are less than 3 (three) and do not provide realistic

competetion; e) Number of qualified tenderers is less than 3 (three) and do not provide realistic

competition; f) Other reasons beyond the control by the Contracting authority, and coul not be

anticipated at the time of initiating the contract award procedure.

3. INFORMATION ON THE CONTRACTING AUTHORITY

Contracting Authority: FEDERAL ADMINISTRATION OF CIVIL PROTECTION Address: Dženetića čikma 14, 71000 Sarajevo, Bosnia and Herzegovina Id. No. 4200332400006

Bank account number: 338-690-22465515-43, at UniCredit Bank, named FMF - Poseban Transakcijski podračun Sredstava za zaštitu i spašavanje

Address for correspondence: Dženetića čikma 14, 71000 Sarajevo, Bosnia and Herzegovina

Phone: +387 33 551 945 Fax: +387 33 214 508

4

E-mail: [email protected] Web address: www.fbihvlada.gov.ba/fucz Authorised person on behalf of the Contracting authority: Ms. Mira Lazić, Phone. +387 (0) 33 551 945, e-mail: [email protected]

4. SUBJECT OF PROCUREMENT (Technical specification)

The subject of procurement is „MOBILE LABORATORY FOR DECONTAMINATION AND DETOXIFICATION (AUTONOMOUS MOBILE TRAILER – STATION FOR RCB DETOXIFICATION OF MATERIAL, VEHICLES AND TERRAIN AND DECONTAMINATION OF PERSONNEL) required for equipping the RCB service for protection and rescuing in federation Bosnia and Herzegovina, quantity 2, in accordance to the technical specifications described bellow:

Technical specification

A) REQUIREMENTS / CAPABILITIES: With the suitable accessories, the mobile decontamination and detoxification station

(autonomous mobile trailer – station for RCB detoxification of material, vehicles and terrain and decontamination of personnel) shall:

- Detoxify/decontaminate a minimun 10 vehicles/h; - decontaminate a minimum 45-50 persons/h (augmentable up to 100-110 persons/h

with optional showers); - produce a minimum 300 l/h saturated steam at the temperature of 180°C for

detoxification and decontamination of materials and clothes for approx. 80 persons;

- detoxify/decontaminate terrains up to a minimum 15.000 m2/h - conduct fire fighting operations.

B) LEGISLATION TO COMPLY WITH: The mobile decontamination and detoxification station (autonomous mobile trailer – station for RCB detoxification of material, vehicles and terrain and decontamination of personnel) shall be constructed in compliance with the latest European and other international regulations for personnel safety:

- PED (Pressure Equipment Directive) in compliance with directive 97/23/EEC - 97/68/EEC – Exhaust emission - 73/23/EEC – Electrical equipment – low voltage - STANAG 2895 - Extreme Climatic Conditions - ISO 9001 - NATO UNCLASSIFIED - AQAP (ALLIED QUALITY ASSURANCE PUBLICATION)-110

The mobile decontamination and detoxification station (autonomous mobile trailer – station for RCB detoxification of material, vehicles and terrain and decontamination of personnel) mounted on a trailer is made of the following components: 4.1. TRAILER Suitable for road circulation, very robust, with the following weights and maximum dimensions:

- overall weight: not higher than 3.000 Kg.; - max. width 2.300 mm; - max. length (including drawbar) 5.600 mm.; - max height from ground 2.100 – 2.300 mm.

5

The trailer shall be complete with:

- tyres with a diameter of not less than 500 mm. - mechanical overrun brake; - hook, type ISO 8755:1986, interchangeable with diameter ball-hook 50 mm. - internal lighting; - mechanical structure made of steel, hot-dip galvanized to EN ISO 1461:1999; - coverage sheet, - n. 4 rings for crane lift; - drawbar, so adjustable in height as to be towed by different vehicles.

4.1.2. THE RCB DETOXIFICATION-DECONTAMINATION GROUP:

Componens to perform the detoxification / decontamination operations indicated at A and the necessary accessories shall be mounted on the RCB trailer:

4.1.3. Chassis With stainless steel load-bearing structure. It shall be easily transportable and storable. The self-contained RCB detoxification and decontamination group shall be separable from the trailer and easily placed on other vehicles. The maximum dimensions shall be: 900 x 900 x 900 mm. The maximum weight shall not exceed 250 kg. excluding wheels and fuel tank. It shall be so structured as to be capable of easing transport, both manual and with helicopters. 4.1.4. Engine - Diesel or gasoline and minimum 5 Kw. power; - Air-cooling - electric starter with 12 V. battery and emergency pull start system; - Fuel consumption shall be a maximum 1,5 kg/h; - The engine shall be capable of starting at temperatures of -20°C up to +50°C. 4.1.5. Alternator Minimum power 2 kVA monophase 4.1.6. High pressure pump Shall be actioned by the diesel engine. The pump must have at least 3 pistons, made of the hardest possible material. (Indicate piston quality); - The usage pressure shall be adjustable from 10 to 90 bar; the output shalll be adjustable up to a minimum of 1000 l/h; - The pump shall include a safety system for protecting piston gaskets from overtemperature. 4.1.7. Water suction pump With the possibility to feed detoxification/decontamination group by gravity, suction or through distribution network.

- Minimum capacity shall be 40 l/minute, with suction capacity from a minimum 4 m. depth. 4.1.8. The heat exchanger - With thermal engine, higher than 60.000 kcal/h with diesel or gasoline and with burner flame ignition, continuous through high power transformer. - Burner consumption shall not exceed 8 Kg/h of fuel. 4.1.9. Electrical control panel with minimum IP 54 protection, including at least the

following components - Electric start system; - Telethermostat for adjusting water temperature; - Burner ignition switch; - Switch to stop burner and turn to cold water. 4.1.10. Hydraulic commands and minimum safety devices: - Water pump pressure regulation valve; - Glycerin-bath manometer for water/steam pressure control. - Safety valve for pressure water circuit; - Safety valve, PED-certified on steam circuit;(EC Directive 97/23/EC, 29/11/99, 29/5/02)

6

- Hour counter; - System for arresting burner engine before diesel engine stops, in the event of fuel shortage; - System for adjusting dose rate of chemical decontamination liquids, by suction after coil. 4.2. BASIC COMPONENTS AND ACCESSORIES OF SELF-CONTAINED MOBILE STATION

(AUTONOMOUS MOBILE TRAILER – STATION FOR RCB DETOXIFICATION OF MATERIAL, VEHICLES AND TERRAIN AND DECONTAMINATION OF PERSONNEL)

The mobile station shall be equipped with at least the following accessories/components, placed in suitable internal housings: 4.2.1. Tunnel-shaped shower, fuelled by detoxification/decontamination group, which shall be

equipped with three outlets at various levels of the body. The shower tunnel shall be divided into two separate parts: one for decontamination and one for cleanse. Suction of needed decontaminating product shall be directly possible upon request by the person in the shower. The shower shall include a system for collecting contaminated water and a scavenging system for the same.

4.2.2. A shower feed pipe, minimum 15 m. of length. 4.2.3. Lance for performing the three steps of detoxification and decontamination: - pre-wash, - use of jet with detoxifying and decontaminating product, - cleanse, by using the lowest possible number of personnel. The system must allow mixing the product with water, as close as possible to the surface in need of decontamination/detoxification. The detoxifying/decontaminating product container in the lance shall contain a minimum 1,5 kg. The lance shall be also used with higher capacity deposits, minimum 4 kg, and composed by chargers of the same type as the one placed on the lance. 4.2.4. N. 4 exchange chargers for detoxifying/decontaminating product in the lance above

described. 4.2.5. A portable detoxification/decontamination pneumatic charging system for manual use, with

a minimum 9 l. capacity, for rapid intervention up to a minimum 50 m2 of surface to be decontaminated/detoxified.

4.2.6. A portable detoxification/decontamination pneumatic charging system for manual use, with a minimum 1,5 l. capacity, for rapid intervention up to a minimum 5÷7 m2 of surface.

4.2.7. System for Radiological and Nuclear decontamination (removal of radioactive particles), portable, wide range (minimum 10 l), fuelled by detoxification and decontamination group.

4.2.8. Electrical sprinkler for saturating rooms with detoxifying and decontaminating product with product capacity of a minimum 4 l.

4.2.9. Self-contained decontamination system with portable pulse-jet thermo-smoke discharger, capable to work with liquid products.

4.2.10. Lance functioning with steam up to 200°C, equipped with automatic and manual safety device.

4.2.11. Lance, capable to work with 3 different jets, for different and heavy decontamination/detoxification, with a command for directly regulating jet pressure through the gun handle.

4.2.12. A lance suitable for decontamination/detoxification of lower parts of vehicles, with pressure regulation operated through a command placed on the same, from a minimum of 20 bar up to a maximum of 90 bar.

4.2.13. Fire lance, complete with 40 m. pipe, capable of producing jets up to 18 - 20 m. and a capacity of a minimum 25 l/min.

4.2.14. System for decontaminating underground pipes up to a minimum 15 m. 4.2.15. A flexible mobile cistern for clean water, equipped with coverage and outlet valve, with a

minimum capacity of 1000 l., blue. 4.2.16. A flexible mobile cistern for contaminated water, equipped with coverage and outlet valve,

with a minimum capacity of 1000 l., brown.

7

4.2.17. Two cisterns, with a total deposit of 400 l. of water, fixely installed on the mobile station to allow rapid intervention with one operator, within max. 40 min., as soon as on site .

4.2.18. A lighting system, supplied by detoxification/decontamination group, complete with a minimum two 300 W headlights each, for night operations.

4.2.19. A system for detoxification and decontamination of terrains, for a minimum length of 4,5 m. 4.2.20. Cold/hot water mixer, with manual temperature regulation for shower supply. 4.2.21. A manual pump to ease first initiation of detoxification/decontamination autofeed pump. 4.2.22. An electrical cable for emergency start from external battery of RCB

detoxification/decontamination group. 4.2.23. A minimum 20 m. electrical extension cord, complete with cord reel with minimum IP 65

protection. 4.2.24. A 15 m. pipe for lance connection, suitable for use in two conditions, both with 90°C – 90

bar hot water and 180°C – 20 bar steam, to avoid heavy, dangerous and complicated intervention for replacing pipes under different steam and hot water operations. Complete with hose reel with special rotating joints, for high temperatures (200°C).

4.2.25. N. 5 high pressure water and steam nozzles, different dimensions. 4.2.26. A system to allow degassing of cisterns containing explosive gases at a temperature of 180

– 200°C or potabilisation of containers up to a volume of 10 m3. 4.2.27. A system that allows decontamination/detoxification with 2 lances simultaneously. 4.2.28. N. 25 Kg. of chemical product for detoxification/decontamination of materials. 4.2.29. N. 30 Kg. of product for decontaminating persons. 4.2.30. N. 30 Kg. of product for Nuclear and Radiological decontamination (removal of radioactive

particles). 4.2.31. N. 25 Kg. of simulant of detoxification/decontamination product, to conduct decontamination

training on materials and vehicles. 4.2.32. A mask that allows protecting operators while preparing detoxifying and decontaminating

product. 4.2.33. A pair of gloves - indicate mechanical, physical and chemical features of the same - to

allow operating at maximum safety levels. 4.2.34. N.5 protective clothes, in compliance with EN 466, type 3, including boots, mask and gloves

for decontamination/detoxification at minimum safety levels. 4.2.35. A tool kit for maintenance of self-contained mobile station. 4.2.36. Flexible cistern repair kit. 4.2.37. A tank for reserve fuel. 4.2.38. Manual translated to one of the official languages in BH. 4.2.39. Installing and placing in function the self-contained mobile station (autonomous mobile

trailer – station for RCB detoxification of material, vehicles and terrain and decontamination of personnel),

4.2.40. Organisation and conducting training for personnel that will be operating the self-contained mobile station (autonomous mobile trailer – station for RCB detoxification of material, vehicles and terrain and decontamination of personnel).

4.3 Delivery place: Contracting authority warehouse, Sarajevo, Bojnička 65 (Azići – municipality Ilidža).

4.4 Tenderers may not submit alternative offers. 4.5 One tenderer may submit only one offer. 4.6 Submiting a basic and alternative offer, or more alternative offers, by one tenderer, is a reason

to decline that offer. 4.7 Sub-contracting is not allowed.

8

5. INSTRUCTIONS FOR SUPPLIERS

Communication with suppliers

5.1 Communication and exchange of information between the Contracting authority and the tenderer should be maintained in written form, and sent by mail or personally to the address mentioned in the tender documentation.

5.2 Specifically, communication and exchange of information shall be conducted by fax. 387 33 214 508, with the obligation to send the sam by mail before the time limit for submitting the offer expires.

Preparation of offers 5.3 Tenderers are obliged to prepare offers in accordance to the criteria set in this tender

documentation. Offers that are not made in accordance to this tender documentation shall be declined as unacceptable.

5.4 Tenderers bear all expenses occurred during the preparations and submitting the offers. The Contracting authority does not bear any expenses of the suppliers during the course of procedure.

5.5 The offer and all documents and correspondence related to the offer, between the tenderer and the Contracting authority must be written on one of the official languages in BH. Supplementary documents or literature may be written on one of the languages often in use in international trading, under the condition that the tenderer submit a translation of the relevant parts to the language of the offer.

5.6 Originals and all copies must be printed or written with permanent ink. All pages of the offer must be fastened with pages marked. All pages, must be signed by the suppliers’ authorised person. All amendments and chsnges must be signed by authorised persons. In case the offer is submitted by a consortium, the offer must include a mandate in which the named persons are authorised to represent the consortium during the procurement procedure (the mandate may also include the authorisation to sign the contract).

5.7 The offer should include the following documents: a) Technical specifications form, made in accordance to the table given in Annex

2 to the tender documentation; b) Application form for submitting the offer, made in accordance to the table

given in Annex 3 to the tender documentation; c) Form for the offer price, made in accordance to the table given in Annex 4 to

the tender documentation; d) List of confidential information made in accordance to the table given in Annex

5 to the tender documentation. e) Tenderer’s statement, made in accordance to the table given in Annex 6 to the

tender documentation; f) Draft contract, made in accordance to the points 9.6. and 9.7. of this tender

documentation in Annex 7; g) Tender bank guarantee made in accordance to the Annex 9; h) Statement on acceptance of the Advance guarantee in accordance to the

Annex 10; i) Statement on acceptance of the Tender guarantee in accordance to the Annex

11; j) Documents mentioned in point 6.2 and 6.2.1. in this tender documentation k) Documents that the tenderer is registered to perform the relevant activities, as

mentioned in point 6.3. of this tender documentation.

9

l) Statements and documents on ecomonic and financial state mentioned in points 6.4. and 6.5. of this tender documentation.

m) Statements and documents on technical and professional capability in accordance to points 6.6. and 6.7. of this tender documentation, using the table in Annex 8 to this tender documentation.

n) Technical catalogue of the offered supplies as mentioned in point 7 of this tender documentation

o) Statement, in case that the supplies are domestic product, in accordance to point 7.5 of this tender documentation

p) Statements and documents on the warraty period for the supplies, in accordance to point 9.8. of this tender documentation

q) Statement on accepting the offer in accordance to the point 5.24. of this tender documentation.

5.8 Each supplier may submit only one offer. The suppliers may not submit more variants of

the offer, or more variants for sub-criteria for selection of the most favourable economical offer.

Confidentiality 5.9 Article 9. (a) of the Law:

“Classified informations which are contained in any offer, which are related to commercial, financial or technical information or business secret or know how of the tenderers tender, musn’t be under any condition revealed to any person which isn’t officially included in process of procurement“. The Contracting authority is of the opinion that all information are not confidential. Some information including commercial, financial or technical and know how will be public or in future will become public knowledge. The Contracting authority requests the suppliers to state which information are confidential, on what basis and for how long. The offer price is not considered a confidential in any case. The tenderers must make a list (in accordance to the table in Annex 5) of the information that sre considered confidential.

Submitting offers 5.10. The tenderer shall submit one original and two copies of the offer, with written words: “ORIGINAL” and “COPY”. The offer and its copies with the stamp and signature should be sealed in on envelope with the name and address of the tenderer, and with written words:“Offer for procurement of supplies - “MOBILE LABORATORY FOR DECONTAMINATION AND DETOXIFICATION (AUTONOMOUS MOBILE TRAILER – STATION FOR RCB DETOXIFICATION OF MATERIAL, VEHICLES AND TERRAIN AND DECONTAMINATION OF PERSONNEL)” required for equipping the RCB service for protection and rescuing in Federation Bosnia and Herzegovina” – DO NOT OPEN until 31.10.2008, at 16,00 hours. Changing or withdrawing offers

5.11 The tenderers may change or withdraw their offers under the condition it is carried out before the final date for submitting the offers. The Contracting authority must be informed in written form on the changes and withdrawing the offer. Beside that, the tenderer must write on the envelope: “CHANGED OFFER” OR ili “WITHDRAWAL”.

10

Price accounting 5.12 The tenderer must fill the application form for submitting the offer and the form for

the offer price, which are enclosed to this tender documentation (Annex 3 and Annex 4), with the indication of the supplies, country of origin and price.

5.13 All prices must be stated in KM, including VAT. In exceptional cases, since it is

international tender, the price may be stated in other convertible currency. In such cases, the amount shall be converted to KM currency in accordance to the exchange rate set by the Central Bank of Bosnia and Herzegovina on the day of opening the offers.

5.14 The Tenderer shall state the unit price and the total amount offered for supplies.

5.15 The price for supplies must include all obligations related to the supplies:

a) Customs and all import taxes that are paid or may be paid to components used

during the production or mounting the supplies b) Customs and all import taxes that are paid or may be paid to components that are

already imported and shall be used during the production or mounting the supplies c) VAT, which must be paid in Bosnia and Herzegovina, when the contract is

awarded, d) Transport, e) Insurance, f) Price of the supplementary services stated in the tender documentation, g) Other expenses.

5.16 The price offered by the tenderer shall not be changed during the contract

realisation. The Contracting authority shall decline any offer that contains a variable price.

Place, date and time of submitting the offers

5.17 The offers must be submitted to the following address: Bosna i Hercegovina Federalna uprava civilne zaštite Dženetića čikma 14 71000 Sarajevo

5.18 The final date to submit the offers is Friday 31.10.2008 at 15.00 hours. The offers

received after this, shall be returned to the tenderer.

Place, date and time of opening the offers

5.19 The public opening session shall be held on Friday 31.10.2008 at 16.00 hours, at the Contracting authority premises, address Vitomira Lukića 10, Stup – Ilidža. The tenderers or their representatives may be present at the opening session. The authorised representatives of the tenderer may sign the minutes from the opening session. Information given at the opening session are recorded to the minutes from the session and shall be delivered to the tenderers.

OPTION – Tender guarantee

11

5.20 In order to participate in the public procurement procedure, the tenderers must submit original tender guarantee (hereinafter: tender guarantee). The amount of the tender guarantee is amounted 1% of the total offered amount for the supplies.

5.21 The tender guarantee must be submitted before the time limit for delivering offers expires. If the tender guarantee is not submitted, the offer shall be declined.

5.22 The tender gurantee is in the form of bank guarantee, without any conditions, payable at first claim.

5.23 The validity period of the tender guarantee is 90 days after the deadline for submitting the offers.

The Tender guarantee shall be returned or kept in accordance to the Directive for

application of the Law on public procurement BH.

Validity period of the offers

5.24 The offers must be valid in the period of 90 days, starting with the final date for submitting the offers. The Contracting authority has the right, during the validity period, to send a written request to the tenderer to prolong the validity period to a certain date. The tenderers may decline such request, and will not lose the right on the tender guarantee. The tenderer who accept to prolong the validity period of its offer, shall submit a prolonged tender guarantee. The offer may not be changed. When the tenderer does not reply to the request by the Contracting authority related to prolonged period of offer validity, the request shall be considered declined. In such case the Contracting authority shall reject the offer.

6. QUALIFICATION Criteria for participation and needed proves

6.1 In accordance to the Article 22 – 26. of the Law, the suppliers must fulfil the following conditions:

a) There are no restraints for participation in sense of the Article 23 of the Law. b) Registered to perform professional activities or registered in relevant professional or

trade registers c) Economic and financial ability guarantee successful contract realisation d) Technical and professional ability guarantee successful contract realisation.

6.2 In accordance to the Article 23 of the Law, the offer shall be declined in case the

tenderer is:

a) Under bankruptcy or liquidation, or entered certain arrangement with trustees, or witheld business activities in accordance to the relevant laws and regulations in Bosnia and Herzegovina or in the country where he is registered,

b) Subject to the procedure for announcing bankruptcy, orders for liquidations or any other procedure in accordance to relevant laws and regulations in Bosnia and Herzegovina or in the country in which it is registered,

c) Convicted in a procedure against his professional behaviour in the period of 5 (five) years before submitting the request or offer,

d) Found guilty for a serious professional legal offence by competent court in the period of 5 (five) years before submitting the request or offer

12

e) Failed to fulfil obligations related to payment of contributions in accordance to relevant laws and regulations in Bosnia and Herzegovina or in the country in which it is registered,

f) Failed to fulfil obligations related to payment of tax relevant laws and regulations in Bosnia and Herzegovina or in the country in which it is registered,

g) Failed to submit or submitted wrong information requested in accordance to articles 23-26. Law on public procurements.

Requested proves

6.2.1 The tenderers must submit the following proves: a) Statement from juridical registry or equivalent document issued by a competent

court or administrative body in Bosnia and Herzegovina or the country of registration to verify that the tenderer is not under bankruptcy or liquidation, or entered certain arrangement with trustees, or witheld business activities in accordance to the relevant laws and regulations in Bosnia and Herzegovina or in the country where he is registered,

b) Statement from juridical registry or equivalent document issued by a competent court or administrative body in Bosnia and Herzegovina or the country of registration to verify that the tenderer is not subject to the procedure for announcing bankruptcy, orders for liquidations or any other procedure in accordance to relevant laws and regulations in Bosnia and Herzegovina or in the country in which it is registered

c) Statement from juridical registry or equivalent document issued by a competent court or administrative body in Bosnia and Herzegovina or the country of registration to verify that the tenderer is not convicted in a procedure against his professional behaviour in the period of 5 (five) years before submitting the request or offer,

d) Credential issued by authorities in BH or some other country to verify fulfilment of obligations related to payment of contributions in accordance to relevant laws and regulations in Bosnia and Herzegovina or in the country in which it is registered,

e) Credential issued by authorities in BH or some other country to verify fulfilment of obligations related to payment of taxes including VAT in accordance to relevant laws and regulations in Bosnia and Herzegovina or in the country in which it is registered.

6.2.2 Documents or credentials mentioned in point 6.2.1 can not be older than three

months including the date of submitting the offers. All proves must be originals. The tender shall submit a Statement that there are no restraints related to Article 23 of the Law.

6.3 The tenderers must submit a proof on registration at relevant court or professional or

trade register in the country of registration, or a statement or reference to verify their right to professionally engage in certain activities.

6.4 In accordance to the Article 25 of the Law, related to economic and financial ability, the

offer shall be declined if the tenderer does not comply with the following minimum criteria: a) Balance reports for the years 2005.,2006. and 2007(for tenderers form abroad

relevant document issued) b) Proof on opened tranasaction accounts c) Proof on the solvency (ability) of the transaction accounts.

13

6.5 Assessment of the economic and financial ability of the tenderer shall be carried out based on the following statements and documents:

a) Business balance or statements from business balance for the last three financial

years or from the date of registration if the supplier was registered less than three years. Positive financial result in the year 2007 represents the essential request of the Contracting authority;

b) Statement from the registry of transaction accounts BH, not older than three months (for tenderers from abroad a relevant document valid in the country),

c) Statements from the banks that the opened transaction account of the tenderer was not blocked in the last 6 (six) months (for tenderers from abroad a relevant document valid in the country);

6.6 For the technical and professional capability, the tenderer must fulfil the following

minimum requirements: a) Name of the tenderer and the address (memorandum); b) Tenderer’s ID number; c) VAT number; d) Experience in realisation of at least two contracts with the same or similar character

and complexity like the suggested contract in the previous two years, except when the tenderer is registered less than two years (realisation of at least one contract),

6.7 Assessment of the technical and professional capability shall be carried out based on

the following statements and documents, submitted by the tenderers: a) Memorandum of the tenderer b) Valid copy of the tenderer’s ID number c) Valid copy of the VAT number d) List of the supplies delivered in the last two year (Reference list in accordance to

the table in Anex 8), with the total amounts, dates and receivers with supplementary documents that will verify the above.

6.8 When the period of registration of the tenderer is shorter than the period for which the

Contracting authority is requesting the documents for economic and financial ability, the tenderer shall submit the documents only for the period from its registration.

6.9 When the offer is submitted by a consortium, the Contracting authority shall consider

the financial ability, qualification, technical and professional ability of the consortium. Therefore, the consortium may submit one set of documents mentioned in points 6.5. and 6.7 of the tender documentation and required statements related to the procurement. Documents mentioned in points 6.2 and 6.3 must be separately prepared for every member of the consortium. In order to verify the joint offering by the consortium, on copy of the original contract which is signed, dated stamped by the authorised representatives of the tenderers, must be submitted. That contract must be also verified by a competent authority.

6.10 Documents mentioned in points 6.2 and 6.3 must be originals or verified copies by a

competent institution. Documents mentioned in points 6.4, 6.5, 6.6 and 6.7 must be originals or verified copies by a competent institution. In case of a doubt regarding the correctness or visibility of the copy, the Contracting authority may request the original documents. The Contracting authority reserves the right, during the processing of documents, in accordance to the Article 14. Directive on applying the Law on public procurements in BH („Official gazette BIH“, no. 3/05), and with the aim to simplify the process and assessment, to request additional information which can not represent any changes to the offer, in other words, the Contracting authority may accept the offer which contains some mistakes which can be corrected, and in the same time it does not affect the offer or the competition.

14

6.11 In accordance to the Article 27 of the Law, the Contracting authority shall decline the offer if the tenderer has given or has the intention to give s present or former employee of the Contracting authority any gift in any form, in order to influence the procedure or the decision. The Contracting authority shall inform the tenderer and the Agency for public procurement on the decision to decline the offer and the reasons for such action.

6.12 The Contracting authority may send a written request to the tenderer to clarify some

documents within the time limit set by the Contracting authority.

6.13 The tenderers shall be informed, as soon as possible, on the decision related to the procedure, within 7 (seven) days from the day of making the decision.

7. ASSESSMENT OF OFFERS

The Contract shall be awarded to the supplier who has submitted the most favourable assessed offer.

Offers that are not in accordance to the description of the public procurement subject, shall be declined.

In order to assess the offers in accordance to the technical criteria, the Contracting authority requests, as stipulated in the Article 26 of the Law, from the tenderers to submit the following: description, photos, catalogues of the offered supplies. Criteria for awarding the contract

7.1 OPTION 1 – Economically most favourable offer

[Conditions for qualification in articles 22-26 of the Law can not be used as criteriato assess the offers].

All acceptable offers are assessed in accordance to the criteria set in the tender documentation, using the modules for accounting the points. For each criterion, the economically most favourable offer gets the maximum number of points through the relative share from the table, and the points for other offers are accounted proportionally with the best offer.

Criteria are awarded through sharing, relative for everyone. The total share is 100%. This

module gives the price 70%, payment conditions 15 %, delivery period 10 % and warranty period 5 %. Relative share for each offer and every sub-criteria is accounted using the modules shown bellow.

The contract is awarded to the qualified tenderer who has submitted the best assessed

acceptable offer, in other words to the tenderer who gets the highest number of points.

15

Notification Sub-criteria Relative sharing shown in points

IV.2.1. Offered price with included discounts and VAT (C) 70 points IV.2.2. Payment conditions (U) 15 points IV.2.3. Delivery period (P) 10 points IV.2.4. Warranty period (G) 5 points

The points a re awarded in the following way: T = C + U + P + G Whereas: T – Total points C – Points for the offered price U – Points for payment conditions P – Points for the delivery period G – Points for the warranty period

CRITERIA IV.2.1. – OFFERED PRICE – 70 points through relative sharing

Maximum points 70 shall be awarded to the tenderer who offered the lowest gross price (including discounts and indirect taxes). Reducing the gross price by applying the preferential domestic treatment in accordance to points 7.2. to 7.5. shall be conducted only to account the offered prices. Other tenderers shall be awarded with less point in accordance to the following formula: Cn C = ______ x [70] Cp Whereas: C – Points awarded for the offered price Cn – Lowest price offered Cp – Suggested price in the offer [70 ] – maximum points being awarded to the tenderer who offered the lowest price CRITERIA IV.2.2. – PAYMENT CONDITIONS - 15 points 1. Maximum points (15) shall be awarded to the tenderer who offered payment within 20 days after the realisation, i.e. after the complete delivery. 2. 10 points shall be awarded to the tenderer who offered 30% advance payment and 70% payment within 20 days after the realisation, i.e. after the complete delivery. 3. 5 points shall be awarded to the tenderer who offered 50% advance payment and 50 % payment within 20 days after the realisation, i.e. after the complete delivery. 4. 0 points shall be awarded to the tenderer who offered 100% advance payment.

16

CRITERIA IV. 2.3. – DELIVERY PERIOD - 10 points through relative sharing Maximum points (10) shall be awarded to the tenderer who offered the shortest period for delivery of supplies. Other tenderers shall be awarded with less point in accordance to the following formula: Pn P = ______ x [10] Pp Whereas: P – Points for the offered delivery period Pn – Shortest delivery period offered Pp – Offered period suggested [10] – Maximum points being awarded to the tenderer who offered the shortest delivery period

KRITERIJ IV.2.4. –PONUĐENI GARANCIJSKI PERIOD– 5 bodova kroz relativno učešće

Maximum points (5) shall be awarded to the tenderer who offered the longest warranty period for the delivered supplies. Other tenderers shall be awarded with less point in accordance to the following formula: Gp G = ______ x [5] Gn Wheras: G – Points for the offered warranty period Gp – Offered warranty period for the delivered supplies Gn – Longest warranty period offered [5 ] – Maximum points being awarded to the tenderer who offered the longest warranty period.

Preferential domestic treatment

7.2 The Contracting authority must apply the preferential domestic treatment (price) in accordance to the Article 37 of the Law and sub-legal documents.

7.3 Preferential treatment of prices shall apply only to compare prices while assessing the offers, in accordance to the Article 35 of the Law.

7.4 While accounting the offered prices in order to compare the offers, prices from domestic offers shall be reduced for the preferential factor, in accordance to the Decision by the Council of Ministers BH.

7.5 Domestic offers are offers submitted by physical or legal persons, established in BH, in accordance to the BH laws, and with at least 50% of offered supplies produced in BH. The Contracting authority shall define documents which prove that the supplies are from Bosnia and Herzegovina.

17

Prohibited negotiations 7.6 No negotiations shall be conducted with the tenderers. However, the Contracting

authority may send a written request to the tenderers, seeking clarifications, within a certain period, but under the condition that no changes are made to the offer.

Abnormally low offers 7.7 When the submitted offers are abnormally low in relation to offered supplies, the

Contracting authority shall request the tenderer to justify the offered price. Should the tenderer fail to provide satisfactory explanation, the Contracting authority can decline such offer.

7.8 To get the explanation for such abnormally low prices, the Contracting authority shall send a written request to the tenderer, requesting detailed information on relevant elements of the offer, including the calculation. The Contracting authority shall consider the following explanations: a) Economic aspect of the production process b) Technical solutions and / or favourable conditions at disposal of the tenderer; c) Origin of the supplies d) Obeying the regulations regarding the protection at work and work conditions at

the delivery location Correction of mistakes and omissions

7.9 The Contracting authority shall correct any arithmetical mistakes. The Contracting

authority shall send the tenderer a notification on any correction, and shall continue the procedure, under the condition that the tenderer has approved it within a certain time limit set by the Contracting authority. If the tenderer does not accept the suggested correction, the offer is declined and the tender guarantee is returned to the tenderer.

7.10 The Contracting authority shall correct the arithmetical mistakes in the following

cases: a) When there is a dfference between the amount stated in numbers and words –

in such cases the amount expressed in words has precedence, except if there are arithmetical mistakes in calculation;

b) Whene there is a difference between the unit price and the total amount. The unit price has the precedence and the total amount shall be corrected;

c) When there is a mistake in the total amount due to wrong calculation of the subtotals, the subtotal shall have the precedence while correcting the total amount.

The corrected amount shall be obligatory for the tenderer. If the tenderer does not accept

the corrections, the offer is declined. 8. INFORMATION ON PROTECTION OF THE RIGHTS

8.1 Every tenderer who is of the opinion that the Contracting authority has violated the terms of the Law during the procedure, has the right to file a complaint to te procedure in accordance to the Article 51 of the Law.

8.2 The complaint must be sent to the Contracting authority in written form within 5 (five) days from the day when the tenderer found that the Law was violated, and latest 1 (one) yeae from the date of the alleged violation.

8.3 If the Contracting authority does not consider the complaint in the period set in Article 51.para (4) of the Law, or reject the complaint, the tenderer may file a written complaint to the Office for complaints within 5 (five) days from the first working day after the time limit mentioned in point 8.2 or in case that the Contracting authority

18

rejects the complaint, from the day when the tenderer was informed by the Contracting authority. The Contracting authority must receive a copy of the complaint that is sent to the Office.

9. CONTRACT SIGNATURE

9.1 The Contracting authority shall inform the selected tenderer on the date and place of contract signing. Pre-condition for contracting the selected tenderer is the readiness of the tenderer to submit with the offer, the Statements to provide advance guarantee and the Contract realisation guarantee.

- Advance guarantee for contract realisation -

- Tenderers must submit with the offer, a Statement that in case of acceptinh his offer

and contracting the delivery of supplies, provide a advance guaranatee in the form of bank guarantee without any conditions at first claim, with the amount of the advance (Statement must include approval of the text in accordance to the Annex 10);

- After the decision on selection of the most favourable offer is made, the Contracting authority shall invite the tenderer to contract the delivery, and within 5 days of contract signing to submit the advance bank guarantee. The advance payment shall be carried out after the Contracting authority receives the bank guarantee. The advance payment shall be reimbursed by deducting the amount from the payment to the supplier in accordance to the invoice, after the delivery of supplies.

- The advance guarantee must be valid until the Contracting authority receives the contracted supplies by the tenderer.

- The Contracting authority reserves the right to claim payment and reimbursement of the damage and all costs, whether the tenderer violates the concluded contrat on public procurement of supplies.

- When there are no such cases to require claim under the advance guarantee, the Contracting authority shall return the guarantee in accordance to the contract terms.

9.2 The Contracting authority shall request a contract realisation guarantee. The

amount of the contract realisation guarantee is in the amount of 5% of the total contract amount. The valildity period of the contract realisation guarantee is equal to the warranty period for the delivered supplies. Should the tenderer fail to submit the contract realisation guarantee, within 15 days from the contract signing days, the contract shall not be realised, and all details related to the guarantee shall be defined in the contract on public procurement of supplies.

9.3 Contract realisation guarantee:

a) Valid cheque, b) Bank draft, c) Bank guarantee without any conditions at first claim, d) Credit letter, e) Cash amount or equivalent (bank transfer).

The statement must contain approval to the text in accordance to the Annex 11.

9.4 The Contracting authority ensures that the amount of contract realisation guarantee adequate to cover the expenses whether the tenderer fails to realise the concluded contract on procurement of supplies. The condition to claim the guarantee is that the Contracting authority requests in written form, the notification on non-compliance by the tenderer and giving a reasonable time limit to correct such non-compliance. In

19

case there is no need to claim the contract realisation guarantee, the Contracting authority returns the guarantee according the contract terms.

Contract terms

9.5 The Contracting authority concludes a contract with the tenderer that was selected

as the most favourable. 9.6 Draft contract or the main elements of the contract is included in the Annex 7 to this

tender documentation. The tenderers must fill the draft with the details consisted in the offer (price and other conditions).

9.7 All pages of the draft contract must be signed by the authorised person and enclose it with the tender application form that can be found in the tender documentation (Annex 3). The Statement draft is enclosed to the tender documentation as Annex 6. In the application form, the tenderer confirms its readiness to conclude the contract. After the decision is made on the contract award, the contracting parties shall define all contract elements based on the draft and accepted offer. Warranty and other obligations by the suppliers

9.8 The tenderers are obliged to submit the Statement on warraty period. The warranty period must be stated in months.

The warranty period for the supplies is a subject to assessment within the total offer.

10. INFORMATION ON TENDER DOCUMENTATION

10.1 Interesed tenderers may take the tender documentation free of charges. 10.2 The tenderers may request explanation of the tender documentation in written form

and timely, at latest 10 (ten) days prior to the final date for submitting the offers. 10.3 The Contracting authority shall prepare the written replies, which shall be distributed

to all tenderers, at latest 5 (five) days prior to the final date for submitting offers. If it is required to change the contents of tehe offer, based on the reply, the Contracting authority shall postpone the final date for submitting the offer for at least 7 (seven) days.

10.4 The Contracting authority can change the tender documentation at any time, under the condition that the changes are available to the tenderers the same day, and at latest 5 (five) days prior to the final date for submitting the offers. These changes shall be integra part of the tender documentation.

11. ANNEXES

The following annexes are integral part of the tender documentation:

Aneks 1: Notification on public procurement – international tender Aneks 2: Technical specifications form Aneks 3: Application form for submitting the offer Aneks 4: Form for the offer price Aneks 5: List of confidential information Aneks 6: Tenderer’s statement Aneks 7: Draft contract Aneks 8: Reference list Aneks 9: Model of the tender bank guarantee Aneks 10: Model of the advance payment bank guarantee Aneks 11: Model of the contract realisation bank guarantee Aneks 12: List of authorised representatives (Consortium) Aneks 13: Details on the tenderers

20

ANNEX - 1 BOSNIA AND HERZEGOVINA

FEDERATION BOSNIA AND HERZEGOVINA FEDERAL ADMINISTRATION OF CIVIL PROTECTIO NOTIFICATION ON PUBLIC PROCUREMENT 08-14/4-368-4/08 Part I : The Contracting Authority I.1. NAME AND ADDRESS OF THE CONTRACTING AUTHORITY Organisation: "FEDERAL ADMINISTRATION OF CIVIL PROTECTION" Contact person: Mira Lazić Address: Dženetića čikma 14 City code: 71000 City: Sarajevo Id.no: 4200332400006 Phone: +38733 551 945 Fax: +38733 214 508 E-mail: [email protected] Internet address: www. fbihvlada.gov.ba/fucz I.2. ADDRESS FOR ADDITIONAL INFORMATION As under I.1. I.3. ADDRESS FOR OBTAINING DOCUMENTATION As under I.1. I.4. ADDRESS FOR SENDING THE OFFERS/ TENDERS As under I.1. I.5. THE CONTRACTING AUTHORITY (Article 3. Law on public procurements) I.5.a Administrative institution I.5.b Entity level Part II: SUBJECT OF THE CONTRACT II.1. TYPE OF CONTRACT SUPPLY II.2. INTENTION TO MAKE A FRAMEWORK CONTRACT? (Article 32. Law on public procurements) No II.3. TITLE / REFERENCE AT THE CONTRACTING AUTHORITY Ref.no. 08 – 144 – 368 – 4/08 – International tender II.4. DESCRIPTION OF THE CONTRACT SUBJECT “MOBILE LABORATORY FOR DECONTAMINATION AND DETOXIFICATION (AUTONOMOUS MOBILE TRAILER – STATION FOR RCB DETOXIFICATION OF MATERIAL, VEHICLES AND TERRAIN AND DECONTAMINATION OF PERSONNEL)” II.5. TOTAL QUANTITY (NUMBER OF UNITS) AND/OR SCOPE OF THE CONTRACT In accordance to the technical specifications in the tender documentation, 4.1. subject to the procurement in the tender conditions.

21

II.6. PLACE TO DELIVER THE SUPPLIES Sarajevo, Bojnička 65, Azići –Ilidža II.7. LOTS No. II.8. ACCEPTANCE OF ALTERNATE OFFERS/REQUESTS FOR PARTICIPATION (Article 17. Law on public procurements) No. II.9. CONTRACT DURATION Details in the tender documentation. Part III: LEGAL, ECONOMIC AND TECHNICAL INFORMATION III.1. TENDER GUARANTEE (Article 16. Law on public procurements) 1 % of the total offered amount III.2. OTHER REQUESTS RELATED TO THE TENDR GUARANTEE (Article 16-17. Directive on applying the Law on public procurements) 90 days after the time limit of submission. The tender guarantee is in the form of bank guarantee without any conditions at first claim. III.3. CONTRACT REALISATION GUARANTEE (Article 16. Law on public procurements)

- Bank guarantee for advance payment; - Bank guarantee for contract realisation in the amount of 5% of the total contract amount

III.4. OTHER REQUESTS RELATED TO THE CONTRACT REALISATION GUARANTEE (Article 19. Directive on applying the Law on public procurements) − The tenderer must submit a Statement that in case of accepting the offer and contracting the

delivery of supplies will provide advance deposit guarantee in the form of bank guarantee without any conditions, on the firs claim, from a business bank to the advance amount.

− Statement that in case of accepting the offer and contracting the delivery of supplies will

provide Realisation guarantee in the form of bank guarantee to the amount of 5 % of the total contract amount with a time limit defined in the tender guarantee.

III.5. CONDITIONS FOR PARTICIPATION – PERSONAL SITUATION (Article 23. Law on public procurements) Proves from article 23 of the Law not older than three months in accordance to the tender documentation. III.6. CONDITIONS FOR PARTICIPATION – CAPABILITY FOR PERFORMING PROFESSIONAL ACTIVITIES (Article član 24. Law on public procurements) The right to participate have all tenderers who are registered in Bosnia and Herzegovina and abroad qualified to perform the subject activities. The following is requested in order to participate:

- Name of the tenderer and the address (memorandum); - Original or verified copies of the statement from juridical registry with enclosures, and for

tenderers from abroad the same documents issued by relevant authority in accordance to the county of registration;

- Tenderer’s ID number; - VAT number, for tenderers from abroad, valid document issued by the relevant tax authority

Documents can not be older than three months, including the day of submitting the offers. III.7. CONDITIONS FOR PARTICIPATION - ECONOMIC AND FINANCIAL CAPABILITY (Article 25. Law on public procurements)

1. Proof on total flow in the last three year 2. Balance report for the years 2005.,2006. and 2007.(for tenderers from abroad relevant

document issued); or if registered less than three years, from the date of registration

22

3. Proof on opened tranasaction accounts; 4. Proof on the solvency (ability) of the transaction accounts.

In accordance to the tender documentation. III.8. CONDITIONS FOR PARTICIPATION – TECHNICAL AND/OR PROFESSIONAL CAPABILITY (Article 26. Law on public procurements). Proves from article 26 of the Law not older than three months in accordance to the tender documentation DISQUALIFICATION BASED ON CONFLICT OF INTEREST OR CORRUPTION (Article 27. Law on public procurements)

1. Proof that there are no irregularities related to the Article 13.Law on conflict of interests in the BH State institutions.

Part IV: PROCEDURE IV.1. TYPE OF PROCEDURE Open, international. IV.2. CONTRACT AWARD CRITERIA (Article 34. Law on public procurements ) Economicaly most favourite offer in sense of the following criteria:

- Offered price with discounts and VAT ................. 70 points, - Terms of payment … ..………………………………. 15 points, - Delivery period ……………………………………….. 10 points and - Warranty …..…………………………………………. 5 points

IV.3. APPLYING THE PREFERENTIAL DOMESTIC TREATMENT (Article 20. Law on public procurements) Yes. The prices of domestic products shall be decreased for 10% - in accordance to the tender documentation. IV.4.CONDITIONS TO RECEIVE TENDER DOCUMENTATION (Article 18. Law on public procurements) The tender documentation can be taken over, free of charge, at the FACP premises, Dženetića čikma broj 14, 71000 Sarajevo, 08,00 - 15,00 hours, until Friday 31.10.2008., and on one of the official languages in BH at the internet address: www.fbihvlada.gov.ba/fucz. IV.5. LANGUAGE REQUESTS FOR THE OFFERS (Article 8. Law on public procurements) Official languages in BH, tenderers from abroad may submit their offers on English language with obligatory translation to one of the official languages in BH. IV.6. TIME LIMIT FOR DELIVERING THE OFFERS/ PARTICIPATION REQUESTS At latest til Friday 31.10.2008 - 15,00 hours. The offers must be submitted directly to the FACP, Dženetiča čikma 14, Sarajevo or by registered mail. Offers received after the the time limit, shall be returned to the tenderer in accordance to the Law on public procurements IV.7. MINIMUM VALIDITY OF THE OFFERS Statement on validity of the offer for the period of 90 days after the time limit for delivering offers.

23

IV.8. DATE AND TIME OF OPENING THE OFFERS (Article 33. Law on public procurements, Article 13. Directive on applying the Law on public procurements) At the premises of the Contracting Authority, Friday 31.10.2008. ,16,00 hours, Vitomira Lukića 10, Stup – Ilidža. Part V: ADDITIONAL INFORMATION The offer must be made in accordance to the directive for making the offers which is included in the tender documentation. The offer must be made on the original tender documentation and with all requested enclosures, proves and documents. Incomplete and untimely offers shall not be considered. The tenderers may be requested to provide additional explanations and information. All communication between the Contracting Authority and the tenderers shall be conducted in written form, by fax. The Federal Administration of Civil Protection does not bear any costs of the tenderers in the open procedure, and keeps te right to accept, completely or partially the offers, cancel te procedure or decline the offers, at any time, before the contract conclusion in accordance to the Article 12 Law on public procurements.

24

ANNEX - 2

TECHNICAL SPECIFICATIONS FORM Remark: The tenderer may create its own form.

25

ANNEX - 3

APPLICATION FORM FOR SUBMITTING THE OFFER – SUPPLIES Contract title and reference number ..........................................................……………………. Notification on procurement published in “Official gazette BH” number 76 dated 15.09. 2008. TO: (Name and address of the Contracting authority) ---------------------------------------------------------------------------------------------------------------------------------- Submitted: (in accordance to the following table)

Name(s) of the tenderer(s) Signature

Main tenderer*

Member of the consortium *

Etc… *

*add or delete the rows for members of the consortium as needed. Subcontractor is not a member of consortium in sense of the public procurement procedure. When one tenderer submits the offer, then fill in the “Main tenderer” and all the other rows shall be erased. CONTACT PERSON (for this offer only) Name and surname

Address

Phone

Fax

E-mail Remark: All tenderers create their own form (Annex 3) in accordance to the given instructions and options at the

memo of the tenderer. It must contain date, signature and must be verified and stamped bythe authorised person.

26

ANNEX 4

FORM FOR THE OFFER PRICE

Name of the tenderer _____________________ Offer no.__________________________

Item Description Country of origin Quantity

Unit price no VAT

(including delivery

and other expenses)

Total price no VAT (4 x 5)

Total price with included VAT

1 2 3 4 5 6 7

Training and other services Price:

Total

Signature: __________________________ Remark: 1. Prices must be in KM. For each item in the offer, the price must be stated.

For prices stated in some other currency, the conditions defined in 5.13. Tender documentation, shall be applied. In case that there are no prices stated, the conditions defined in 5.15. Tender documentation shall be applied.

2. In case of difference between unit prices and the total amount, the correction shall be made in accordance to the conditions in 7.9 and 7.10. Tender documentation

3. The manner of accounting subtotals, amounts, totals is defined in 5.12. Tender documentation.

27

ANNEX 5

CONFIDENTIAL INFORMATION

Information that is confidential Number of pages

with the information in the offer

Reasons for confidentiality Time period for confidentiality

Signature and stamp of the tenderer ____________________ REMARK: ALL TENDERERS ARE OBLIGED TO MAKE SIGN AND STAMP ALL THE INFORMATION IN ACCORDANCE TO THE TABLE AND OPTIONS (ANNEX 5) IN CASE THE TENDERER DOES NOT ENTER ANY INFORMATION, THE CONTRACTING AUTHORITY SHALL CONSIDER THAT THE INFORMATION ARE NOT CONFIDENTIAL AND OTHER REPRESENTATIVES MAY SHARE THE INFORMATION IN ACCORDANCE TO THE LAW AND OTHER LEGAL REGULATIONS. SUBMITTING THIS FORM (ANNEX 5) IS OBLIGATORY FOR ALL TENDERERS. IN CASE THE TENDERERS DO NOT HAVE ANY CONFIDENTIAL INFORMATION, TENDERER MAY USE THE CONTRACTING AUTHORITY FORM DATED, SIGNED AND STAMPED BY THE AUTHORISED PERSON.

28

ANNEX - 6

TENDERER’S STATEMENT Further to your tender announcement for the above mentioned contract, We, the undersigned, hereby state the following: 1. We have reviewed and we accept the contents of the tender documentation no. 08 – 14/4 –

368 – 4/08. We hereby accept all the conditions and terms, without reserve and restrictions. 2. We offer to deliver the followinh supplies, in accordance to the conditions set in the tender

documentation, criteria and time limits, without reserve and restrictions: MOBILE LABORATORY FOR DECONTAMINATION AND DETOXIFICATION

(AUTONOMOUS MOBILE TRAILER – STATION FOR RCB DETOXIFICATION OF MATERIAL, VEHICLES AND TERRAIN AND DECONTAMINATION OF PERSONNEL)

3. The price of our offer is [without discount described in point 4):

[……………………………………………..] KM [……………………………………………..] EUR (for tenderers form abroad) Attached you will find the original form for our offer price, which is completed in accordance to Annex 4 to the tender documentation.

4.1. We give a discount in the amount of [....%] or [....] KM in case the contract is awarded to us (for international tenderers in EUR).

4.2. We give a total discount in the amount of […. %] or [...] KM in case the contract is awarded to

us in accordance to the conditions set in the Draft Contract no............... subject to the procurement no. 08 – 14/4 – 368 – 4/08 (for international tenderers in EUR).

5. Our company is domestic and registered in BH, and at least 50% of the employees for contract realisation are from BH, and therefore our offer is considered to be under the conditions of the preferential domestic treatment / OPTION – Our offer can not be considered to be under the conditions of the preferential domestic treatment.

6. This offer is valid [90 days + proposed priod by the tenderer] from the last day of the period for submitting offer, i.e.[…../…../…..] (date).

7. The tender guarantee was submitted in accordance to the criteria in 5.19. Tender documentation.

8. Should our offer be accepted, we are obliged to submit the advance guarantee and contract realisation guarantee, and we confirm that in the attached Statements in accordance to 9.1. and 9.2. of the Tender documentation.

9. We are eligible in accordance to point 6. of the tender documentation and we are not found in any situation mentioned in the tender documentation and there are no reason to be excluded from participation. Attached are documents which confirms that we are eligible to participate.

Full name of the person authorised to represent the tenderer: […………………………………………………………………] Signature: […………………………………………………………] Place and date: […………………………………….………….] Company stamp: With the offer we have submitted the following: [List of submitted documents and Annexes]

REMARK: All tenderers are obliged to make, sign and stamp the Statement, with the

company memo, in accordance to this form and options within (Annex 6).

29

ANNEX 7. DRAFT CONTRACT – CONTRACT ON PUBLIC PROCUREMENT IN OPEN PROCEDURE - MOBILE LABORATORY FOR DECONTAMINATION AND DETOXIFICATION (AUTONOMOUS MOBILE TRAILER – STATION FOR RCB DETOXIFICATION OF MATERIAL, VEHICLES AND TERRAIN AND DECONTAMINATION OF PERSONNEL) Concluded on the: ________________,in Sarajevo The Contracting parties: 1. Federalna uprava civilne zaštite, Dženetića čikma 14, Sarajevo, represented by: Alija Tihić, Director (hereinafter: the Contracting authority) (ID no. 4200332400006) 2._____________________________________________________________________ ________________________________ represented by,_______________________ __________________ (hereinafter: the Supplier) (ID no ___________________, VAT no. ________________________________ ) I - SUBJECT

Article 1.

Subject of this contract is procurement of MOBILE LABORATORY FOR DECONTAMINATION AND DETOXIFICATION (AUTONOMOUS MOBILE TRAILER – STATION FOR RCB DETOXIFICATION OF MATERIAL, VEHICLES AND TERRAIN AND DECONTAMINATION OF PERSONNEL), in accordance to the offer of the Supplier no. _____ dated______ submitted to the Contracting authority, following the announcement on public procurement, which is an integral part of this Contract. With this contract the Supplier is obliged to deliver and invoice, and the Contracting authority to receive and pay for the supplies in accordance to the terms in the Conract. II - MANNER, TIME LIMITS AND QUALITY

Article 2. The Supplier shall deliver the Contracting authority the supplies mentioned in article 1 to the place of delivery, Contracting authority warehouse within ____ days after contract signing. The quality of the delivered supplies must correspond to the quality standards for the specified supplies, as requested in the public procurement tender and as offered in the Supplier’s offer. The quality of the delivered supplies must be proved with certificates on quality provided by the Supplier.The Certificate on quality of delivered supplies is an integral part of the supplementing documentation with the delivered supplies. III - CIJENE, FAKTURISANJE I PLAĆANJE

Article 3.

The Supplier shall deliver the Contracting authority the supplies mentioned in article 1 of this contract with the amount given in the accepted offer by the Supplier no. ______ in the total amount of ______ KM.

Article 4. The contracting parties agree that the Conttracting authority, for the supplies with the value mentioned in article 3 of this contract pay in the following manner: - advance payment ----------%, within 20 days form the day of contract signing, and __________ % within 20 days after the invoice is received and based on the documentation that the supplies are delivered to the Contracting authority.

30

For any delays in payment, the Contracting authority must pay interests to the Supplier, which is accounted by the Supplier in accordance to the regulated legal interests. For every day of delay in delivery, the Suppplier is obliged to pay the Contracting authority a fine in the amount of 5‰ (five per mill) of the amount of not-delivered supplies, at most 5% (five percent) of that amount. The Contracting authority shall carry out payment of the contracted price to the Supplier’s account no. ____________________ opened at____________________________________ IV - BANK GUARANTEES

Article 5. The Supplier is obliged to provide all required bank guarantees, in accordance to the forms in tender documentation listed as Annexes: 9, 10 and 11. The Contracting authority has te right to decline all guarantees, or other documents that are not harmonised with the above forms. In such cases, those documents shall not be considered as valid for approval of payment. The Supplier is obliged to submit the Contracting authority the bank guarantee for contract realisation within 15 days from the day of contract signing. Should the Supplier fail to provide the contract realisation bank guarantee within 15 days from the day of contract signing, the contract shall be considered as terminated, and the tender guarantee shall be kept by the Contracting authority. The amount of the contract realisation guarantee shall be paid to the Contracting authority as a reimbursement for any losses caused by the Supplier’s failure to fullfil the contracted obligations. The amount of the guarantee is 5% (five percent) of the total contracted amount, with the validity period until the warranty expires. After the warranty period expires, the Contracting authority shall return the bank guarantee to the Suppplier. In case of delay (not caused by force majeur), more than 30 days, the Contracting authority may terminate the contract and claim the bank guarantee for contract realisation. V – REQUIRED CERTIFICATES IN ACCORDANCE TO THE LAW

Article 6.

The Supplier is obliged to provide the Contracting authority all the approved certificates for the delivered supplies, which are required in accordance to the Law. Failure to do this may lead to delay in payment. VI - DOCUMENTATION

Article 7.

All documentation must be submitted in one of the official languages in Bosnia nad Herzegovina. Option: In case the documentation is submitted on some other language, the Supplier must provide the translation to Bosnian language. VII - CONTRACT DOCUMENTS

Article 8.

The Contract shall be implemented in accordance to the conditions in tender documentation, including the Annexes, which are integral part of this Contract. VIII - CONTRACT LANGUAGE

Article 9.

This contract is made on one of the official languages in Bosnia and Herzegovina.

31

Option: For the Supplier from some other country, also on English language. In case of some opacities or misunderstanding between the versions, the Bosnian language version shall prevail. VIII – OTHER CONDITIONS

Article 10.

Relations between the contracting parties which are not determined by this contract are regulated by the the Law on obligational relations.

Article 11. The contracting parties agree that all possible disputes occurred under this contract shall be settled amicably; otherwise the Court in Sarajevo has the jurisdiction under this contract.

Article 12.

The contract shall enter into force on the day of contract signature, unless it is agreed differently.

Article 13. This Contract is made in 6 (six) originals, 3 (three) for each contracting party. On behalf of the supplier, On behalf of the Contracting authority, ___________ Federal Administration of Civil Protection, Director, Director, ___________________ Alija Tihić Number: Number: Date: Date:

32

ANNEX - 8

REFERENCE LIST of the Supplier

Item Overview of the deliveries over

the last two years (short description)

Total value Time of realisation

Information on the purchaser and contact person

1 2 3 4 5

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

12.

Name of the Suppplier: ______________________________________________________ Date: ____________ _________________________________ (signature and stamp of the authorised person) REMARK: All Suppliers may create their own form in accordance to the table and

options in Annex 8, which must be dated, signed and stamped by the authorised person on behalf of the Supplier.

33

ANNEX - 9

Draft Statement - MODEL OF THE TENDER BANK GUARANTEE For: Federal Administration of Civil Protection, Dženetića čikma 14, Sarajevo Notification on public procurement of supplies MOBILE LABORATORY FOR DECONTAMINATION AND DETOXIFICATION (AUTONOMOUS MOBILE TRAILER – STATION FOR RCB DETOXIFICATION OF MATERIAL, VEHICLES AND TERRAIN AND DECONTAMINATION OF PERSONNEL) published in (“Official gazette BH”), number 76 dated 22.09.20080. Dear,

1. In accordance to the conditions set in the Notification on public procurement of supplies (Tender guarantee), the Supplier ____________________________(hereinafter: the Supplier), shall submit the User, Federal Administration of Civil Protection, the bank guarantee as a insurance for the seriousness of the offer, with the obligation taken over from the Tender documentation no: 08 – 14/4 – 368 – 4/08 as follows:

- In case of withdrawing the offer after the deadline for submitting the offer, and before the time limit for offer validity;

- In case the conditions in the Tender documentation are not obeyed before the contract signature or when the offer is consisted of irregular information

- In case of refusing to sign the Contract, after the contrat is awarded in accordance to the Tender documentation;

In the amount of _____________________ (guarantee amount) In letters:________________________________.

2. We, _____________________________ in accordance to the instruction by the Supplier (the Bank)

agree without conditions and irrevocably, as the main debtor, and not only as a warrantor, guarantee to carry out payment to the Federal Administration of Civil Protection, after the first claim, without any comments from our side, and without prior correspondence with the Tenderer, in the amount which will not exceed the amount of _____________ in letters _________________________________ within 7 days from the day when the Bank receive the claim.

3. Each claim prom the User to the Bank shall be inclusive and obligatory, absolute and non-ambiguous, despite all differences between the Bank and the Main bank or any disputes that may occur in front of any court or other body.

4. In order to be valid, each claim under this guarantee must: - Be in written form and must state that the Main bank is making a breach of obligations; - Be sent by registered letter; - Be sent on the day or prior to the final day of the Guarantee validity; - Be refered to this Guarantee and - State the claimed amount. Taking over the obligations by the Bank is independent from this and the Bank is not bound

by contract. The Bank must not be exempted of its responsibility under this guarantee. 5. This guarantee shall not be cancelled due to changes in the constitution of the Banke

or the Main bank. 6. The Bank agree that the decision made by the User related to possible failures to fullfil

the obligations by the Main bank, must be final and binding.

34

7. This guarantee is canceled only after written approval of the User and we reject the necessity to request the above obligation from the exponent before the claim is sent to us.

8. This Guarantee shall be valid 90 days after the final date for submitting the offers. 9. Beside the above, the User may file a complaint under the guarantee within 30 days from

the day when the guarantee expires. 10. This Bank guarantee must be managed and constructed in accordance to the law and

the Bank and the User are under the jurisdiction of the competent court. All disputes occured or related to this Guarantee must be defined by court. Signature and stamp ________________________ Bank name: ________________________ Address: ________________________ Date: ________________________ Remark: The amount must represent 1 % of the total offered amount in the Notification on public procurement (point III.1.) and in accordance to the tender documentation, in currency of the contracted currency.

35

ANNEX 10 Draft - MODEL OF THE BANK GUARANTEE FOR ADVANCE PAYMENT For: Federal Administration of Civil Protection, Dženetića čikma 14, Sarajevo Contract on procurement of supplies MOBILE LABORATORY FOR DECONTAMINATION AND DETOXIFICATION (AUTONOMOUS MOBILE TRAILER – STATION FOR RCB DETOXIFICATION OF MATERIAL, VEHICLES AND TERRAIN AND DECONTAMINATION OF PERSONNEL) Dear,

1. In accordance to the conditions set in the Contract (advance payment), the User is obliged to carry out the advance payment in the amount of ____________________ which represents _________ % of the total contracted amount. In the above mentioned Contract the Supplier ___________________________shall submit the Federal Administration of Civil Protection Sarajevo, the bank guarantee as a insurance for the correct realisation of all the contracted obligations in the amount of _____________________ (guarantee amount) in letters :________________________________.

2. We, _____________________________in accordance to the instruction by the Supplier (Main bank)

agree without conditions and irrevocably, as the main debtor, and not only as a warrantor, guarantee to carry out payment to the Federal Administration of Civil Protection, after the first claim, without any comments from our side, and without prior correspondence with the Supplier, all and each amounts payable by the Main bank in relation to the advance payment in the amount that does not exceed _____________ in letters:________________________________, (guarantee amount) Under the condition that the Contracting authority inform the Bank that the Main debtor has not fullfiled its contracted obligations. Each claim from the User to the Bank shall be inclusive and obligatory, absolute and non-ambiguous, despite all differences between the Bank and the Main bank or any disputes that may occur in front of any court or other body.

3. This guarantee shall not be cancelled due to changes in the constitution of the Banke or the Main bank.

4. This guarantee is canceled only after written approval of the User. 5. This Guarantee shall be valid from the date of advance payment for the contract, until the

suppplier completely fullfil its obligations related to delivery of the supplies which are subject to the contract and for which the supplier has received the advance payment.

6. Beside the above, the User may file a complaint under the guarantee within 30 days from the day when the guarantee expires.

7. This Bank guarantee must be managed and consztructed in accordance to the law and the Bank and the User are under the jurisdiction of the competent court. All disputes occured or related to this Guarantee must be defined by court decision. Signature and stamp ________________________ Bank name: ________________________ Address: ________________________ Date: ________________________

36

S T A T E M E N T I, the undersigned, on behalf of the tenderer ------------------------------------------------ (hereinafter: the Tenderer), affirm under legal and material liability, as the authorised representative of the Tenderer, that the Tenderer shall in case of being selected as the most favourable, submit the advance payment guarantee, payable after first claim, without any conditions in the form of bank guarantee. I approve the guarantee text. _________________________________ (Name and surname of the authorised person on behalf of the Tenderer) Signature and stamp of the tenderer _______________________

37

ANNEX 11

Draft - MODEL OF THE BANK GUARANTEE FOR CONTRACT REALISATION For: Federal Administration of Civil Protection, Dženetića čikma 14, Sarajevo Contract on procurement of supplies MOBILE LABORATORY FOR DECONTAMINATION AND DETOXIFICATION (AUTONOMOUS MOBILE TRAILER – STATION FOR RCB DETOXIFICATION OF MATERIAL, VEHICLES AND TERRAIN AND DECONTAMINATION OF PERSONNEL) Dear,

1. In accordance to the conditions set in the Contract (contract realisation), the Supplier ______________________________________ shall submit the Federal Administration of Civil Protection Sarajevo, a bank guarantee as a insurance for realisation of the contracted obligations in the amount of _____________________, in letters________________________________.

2. We, _____________________________ in accordance to the instructions by the Supplier (Main bank) agree without conditions and irrevocably, as the main debtor, and not only as a warrantor, guarantee to carry out payment to the Federal Administration of Civil Protection, after the first claim, without any comments from our side and without prior correspondence with the Supplier, all and each amounts which does not exceed the amount of __________ in letters: _______________________________ within 7 days from the day of receiving the first claim.

3. Each claim from the User to the Bank shall be inclusive and obligatory, absolute and non-ambiguous, despite all differences between the Bank and the Main bank or any disputes that may occur in front of any court or other body.

4. In order to be valid, each claim under this guarantee must: - Be in written form and must state that the Main bank is making a breach of obligations; - Be sent by registered letter; - Be sent on the day or prior to the final day of the Guarantee validity; - Be refered to this Guarantee and

- State the claimed amount. Taking over the obligations by the Bank is independent from this and the Bank is not bound

by contract. The Bank must not be exempted of its responsibility under this guarantee. 5. This guarantee shall not be cancelled due to changes in the constitution of the Banke or

the Main bank. 6. The Bank agree that the decision made by the User related to possible failures to fullfil

the obligations by the Main bank, must be final and binding. 7. This guarantee is canceled only after written approval of the User and we reject the

necessity to request the above obligation from the exponent before the claim is sent to us. 8. We agree that possible changes and modifications to the Contract conditions are not

unbinding for us in sense of obligations under this guarantee. 9. This guarantee is valid in the period set as the warranty period for the delivered supplies. 10. Beside the above, the User may file a complaint under the guarantee within 30 days

from the day when the guarantee expires. 11. This Bank guarantee must be managed and constructed in accordance to the law and

the Bank and the User are under the jurisdiction of the competent court. All disputes occured or related to this Guarantee must be defined by court. Signature and stamp ________________________ Bank name: ________________________ Address: ________________________ Date: ________________________

38

Remark: The amount represents a percentage of 5 % of the total contract value set in the contract , in accordance to the tender documentation, in the currency same as in the contract. The supplier gives a Statement to the text.

S T A T E M E N T I, the undersigned, on behalf of the tenderer ------------------------------------------------ (hereinafter: the Tenderer), affirm under legal and material liability, as the authorised representative of the Tenderer, that the Tenderer shall in case of being selected as the most favourable, submit the contract realisation guarantee, payable after first claim, without any conditions in the form of bank guarantee. I approve the guarantee text. _________________________________ (Name and surname of the authorised person on behalf of the Tenderer) Signature and stamp of the tenderer _______________________

39

ANNEX 12 Contract no. _____________ /08

LIST OF AUTHORISED MEMBERS OF THE CONSORTIUM

I – The main suppplier for delivery of MOBILE LABORATORY FOR DECONTAMINATION AND DETOXIFICATION (AUTONOMOUS MOBILE TRAILER – STATION FOR RCB DETOXIFICATION OF MATERIAL, VEHICLES AND TERRAIN AND DECONTAMINATION OF PERSONNEL) is: II – Members of consortium: 1._____________________________________________________________________________ 2._____________________________________________________________________________ 3._____________________________________________________________________________

40

ANNEX 13 Contract no. _____________ /08

DETAILS ON THE TENDERER – MAIN TENDERER AND / OR MEMBERS OF THE CONSORTIUM

The following information on the tenderer must be stated here: Main tenderer 1. General Name: Based in: Coutry: Registration number: ID / VAT number: Contact person: Phone: Fax: E-mail: Tax number: Customs number: 2. Quality ISO system: ISO status(C=certified, D= ongoing) Name of the certification body: Validity end:

41

Contract no. _____________ /08 Member of the Consortium no.1: 1. General Name: Based in: Coutry: Registration number: ID / VAT number: Contact person: Phone: Fax: E-mail: Tax number: Customs number: 2. Quality ISO system: ISO status(C=certified, D= ongoing) Name of the certification body: Validity end:

42

Contract no. _____________ /08 Member of the Consortium no.2: 1. General Name: Based in: Coutry: Registration number: ID / VAT number: Contact person: Phone: Fax: E-mail: Tax number: Customs number: 2. Quality ISO system: ISO status(C=certified, D= ongoing) Name of the certification body: Validity end:

43

Contract no. _____________ /08 Member of the Consortium no.3: 1. General Name: Based in: Coutry: Registration number: ID / VAT number: Contact person: Phone: Fax: E-mail: Tax number: Customs number: 2. Quality ISO system: ISO status(C=certified, D= ongoing) Name of the certification body: Validity end:

44