procurement No:20100/07/011/121 – Title: Retender-Supply with Communication equipment for KPC

______

UNITED NATIONS

United Nations Interim Administration Mission
in Kosovo / UNMIK /

NATIONS UNIES

Mission d’Administration Intérimaire des Nations Unies au Kosovo

STANDARD TENDER DOCUMENTSFOR OPEN PROCEDURE

SUPPLY

MEDIUM & LARGE VALUES

Response to request of tender dossier

Prishtina 21/05/2007

Name and address of potential tenderer______

Our ref.: 20100/07/011/121

Your ref: ______

Dear Mr/Ms______

SUBJECT: CALL FOR TENDER ON:Retender-Supply with communication equipment for KPC

Thank you for your interest regarding the publication of the above-mentioned procurement activity.

Further to your request please find enclosed the documents, which constitute the tender dossier.

You are expected to examine carefully all parts and sections of this tender dossier and its annexes and to comply with all requirements, specifications and conditions contained therein. We, as Contracting Authority, will not accept any reservation.

For full information about procurement procedures please consult the Practical Guide to contract procedures financed by the Kosovo Consolidated Budget, which can be downloaded from the PPA website:

No costs incurred by you in preparing and submitting the tender will be reimbursed.

We look forward to receiving your tender that should be presented as mentioned in part A, SECTION IV and particularly in SECTION IV.4) of this tender dossier and with the accompanying tender security] at the address specified in SECTION I.2) of the tender dossier, before : 12/102006. Should you need additional or clarifying information in order to prepare and submit a tender, please, proceed as described in SECTION IV.1 of the tender dossier.

If you decide not to submit a tender, we would be grateful if you could inform us in writing, stating the reasons for your decision.

Yours sincerely,

Afrim Bekaj

______``

1/89

Nehare ANGLISHT DT.doc

procurement No:20100/07/011/121 – Title: Retender-Supply with Communication equipment for KPC

______

TENDER DOSSIER

OPEN PROCEDURE

“SUPPLY”

MEDIUM &LARGE VALUES

According to Section 27 of Law No. 2003/17, Law on Public Procurement in Kosovo

21/05/2007
Date of preparation of the Tender Dossier:
Procurement No[1]: / 20100 / 07 / 011 / 1 / 2 / 1
V= Contract value class, Middle value
Title: Supply with communication equipment for KPC

This tenderdossier has been prepared in Albanianand English languages.

The English language controls in case of inconsistency among the language versions.

THIS TENDER DOSSIER IS COMPOSED OF THREE PARTS:

-Part A: Information to you to preparing your offer.

-Part B: Draft Contract to inform you about the contractual conditions you will have to accept in case you are awarded the contract.

-Part C: the Tender Form, i.e. the documents by which you prepare your tender.

TABLE of CONTENT

A.INFORMATION TO TENDERERS

SECTION ICONTRACTING AUTHORITY IDENTIFICATION

I.1) OFFICIAL NAME AND ADDRESS OF THE CONTRACTING AUTHORITY

I.2) exact Address where tenders must be submitted

SECTION IIOBJECT OF THE CONTRACT. CONTRACT CONDITIONS

II.1) Title OF the contract

II.2) Description of the object of the contract

II.2.1) Classification (CPV)

II.2.2) Material terms and conditions, nature, scope, quantity [as appropriate].

II.2.3) [Any options of supplementary purchases – material terms and conditions, nature, scope, quantity – as appropriate: ]

II.2.4) The object of the contract is composed of <insert number> lot[s]

II.2.5) Mandatory technical specifications

II.2.6) Variants are [not] accepted

II.2.7) Type of Contract

II.3) delivery requirements and conditions

II.3.1) Place[s] for delivery of products

II.3.2) Delivery condition[s]:

II.3.3) Time limits for [start and/or completion] of the contract

II.4) OTHER CONTRACT CONDITIONS:

SECTION IIIREQUIREMENTS TO SUBMITTING ECONOMIC OPERATORS

III.1) selection criteria

III.1.1) Eligibility requirements (according to Section 61 of Law No. 2003/17):

III.1.2) Professional suitability requirements (according to Section 62 of Law No. 2003/17):

III.1.2) [Economic and financial standing requirements (according to Section 63 of Law No. 2003/17, if applicable):]

III.1.3) [Technical and/or professional capability requirements (according to Section 64 of Law No. 2003/17, if applicable):]

III.1.4) [Inspection of technical and/or professional capacities (if applicable)]

III.2) security Requirements

III.2.1) [Tender security required of all tenderers]

III.2.2) [Performance security required of the winning tenderer]

SECTION IVADDITIONAL INFORMATION. TENDER REQUIREMENTS. OPENING OF TENDERS

IV.1) TIME LIMIT FOR REQUEST OF ADDITIONAL OR CLARIFYING INFORMATION

IV.2) TIME LIMIT AND PLACE FOR SUBMISSION OF TENDERS

IV.3) Currency - Price Calculation

IV.4) Tender Form. Number of Exemplars of Tenders. List of Required Documents

IV.5) Tender Validity Period

IV.6) Agreement Establishing a Group of Economic Operators

IV.7) Tender Opening Meeting

IV.8) [PRELIMINARY DATE OF CONTRACT AWARD] [if known]

SECTION VCONTRACT AWARD CRITERIA. TENDER EVALUATION

V.1) CONTRACT Award Criteria

V.2) EVALUATION

SECTION VI[OTHER NECESSARY INFORMATION]:]

SECTION VIICOMPLAINTS

VII.1) General information

VII.2) Basic contents of a complaint

VII.3) TIME LIMITS FOR SUBMISSION OF A COMPLAINT

VII.4) Security for filing of a complaint

SECTION VIIIAttachments:

ANNEX 1.CONTRACT NOTICE

ANNEX 2.DIVISION INTO LOTS

ANNEX 3.MANDATORY TECHNICAL SPECIFICATIONS

ANNEX 4.MINIMUM REQUIREMENTS TO BE MET BY A VARIANT

ANNEX 5.ELIGIBILITY REQUIREMENTS DECLARATION UNDER OATH

ANNEX 6.REQUEST FOR CONFIDENTIALITY

ANNEX 7.TENDER SECURITY REQUIREMENTS

ANNEX 8.PERFORMANCE SECURITY REQUIREMENTS

ANNEX 9.REQUEST FOR ADDITIONAL INFORMATION

ANNEX 10.SUB-CRITERIA FOR CONTRACT AWARD:

B.DRAFT CONTRACT & SPECIAL CONDITIONS & RELATED ANNEXES

CONTRACT SECTION IDRAFT CONTRACT

CONTRACT SECTION IIGENERAL CONDITIONS

CONTRACT SECTION IIISPECIAL CONDITIONS

CONTRACT SECTION IVTECHNICAL SPECIFICATIONS

CONTRACT SECTION VModel financial offer (to be tailored to the specific CONTRACT)

CONTRACT SECTION VIMODEL PERFORMANCE GUARANTEE

C.TENDER FORM FOR A SUPPLY CONTRACT

1.SUBMITTED BY

2.TENDERER'S DECLARATION(S)

3.LIST OF REQUIRED DOCUMENTS

4.FINANCIAL IDENTIFICATION

5.PRICE SPECIFICATIONS

1/89

Nehare ANGLISHT DT.doc

procurement No:20100/07/011/121 – Title: Retender-Supply with Communication equipment for KPC

______

INFORMATIONTO TENDERERS

The reference to this tender dossier to refer to in any document is:

PROCUREMENT REF.: 20100/07/011/121

In this entire tender dossier you are referred as the “economic operator” or the “tenderer”.

The issuer of this tender dossier is referred to as the “contracting authority”.

The legal basis of this Open Procedure is the Law on Public Procurement in Kosovo, Law No. 2003/17, entered into force 9 June 2004.

Economic operators who want to submit a tender, as well as the contracting authority, shall respect the requirements flowing from that law and the Public Procurement Rules issued in pursuance thereof.

Economic operators may prepare and submit their tender and related documents in Albanian, Serbian or English language.

Economic operators who want to submit a tender, are expected to examine carefully all sections of this tender dossier and its annexes and to comply with all requirements, specifications and conditions contained therein. No reservations will be accepted by the contracting authority.

Failure to submit a tender containing all the required information and enclosing all the required documentation within the deadline specified in SECTION IV.2)of this tender dossier maylead to rejection of the tender.

All costs associated with the preparation and submission of a tender shall be born by the tenderer, and no liability shall be incurred by the contracting authority in case the procedure is cancelled.

In submitting a tender, the tenderer accepts in full and without restriction the special and general conditions governing this contract as the sole basis of this tendering procedure, whatever his or her own conditions of sale may be, which he/she hereby waives.

SECTION ICONTRACTING AUTHORITY IDENTIFICATION

I.1)OFFICIAL NAME AND ADDRESS OF THE CONTRACTING AUTHORITY

Name of CA / Office of KPC Coordinator / Contact Person: / Afrim Bekaj
e-mail: /
Address / Gazmend Zajmi road YellowBuilding / Postal code / 10000
Town / 10000, Prishtina / Region / Prishtina
Telephone / 038-247-138 ext.122 / Fax / 038-504-604-2163

I.2)exact Address where tenders must be submitted

Exact address for submission of tenders:

Gazmend Zajmi road YellowBuilding, no nr. 10000 Prishtina

SECTION IIOBJECT OF THE CONTRACT.CONTRACT CONDITIONS

II.1)contractTitle

Supply with communication equipment for KPC- retender

II.2)Description of the object of the contract

II.2.1)Classification (CPV)

/ 32

minimum 2 first digits of CPV, cf.

II.2.2)Material terms and conditions, nature, scope, quantity

The object of the contract is the delivery, by the economic operatorof the following goods:

Supply with communication equipment for KPC based on the required technical specification

II.2.3)Any options of supplementary purchases – material terms and conditions, nature, scope, quantity – as appropriate:

Not applicable

II.2.4)The object of the contractis composed of one 1 lot

If the object of the contract is not divided into lots:

This contract is not divided into lots. ,Tenders must be submitted for the entirety of the quantities indicated in SECTION II.2.2.

Each lot might bring to the special contract. Given quantities for different parts will be no divided. Bidder must offer completely quantities noted per each part. If the contracts are given to the bidder for more than one part, one general contract might be given and might cover all parts.

II.2.5)Mandatory technical specifications

The supplies must fullycomply with the technical specifications set out in the tender dossier (see ANNEX 3) and conform in all respects with the drawings, quantities, models, samples, measurements and other instructions

Any specification not complied with maydisqualify the tender

II.2.6)Variants are not accepted

Tenderers are not authorised to submit a tender proposing a supply that complies with a variant of the technical specifications described in SECTION II.2.5)

II.2.7)Type of Contract

lump sum

II.3)delivery requirements and conditions

II.3.1)Place for delivery of products

Adem Jashari barracks – Logistic Command , 10000 Prishtine

II.3.2)Delivery condition:

DDP (delivered duty paid) with all applicable taxes.

II.3.3)Time limits for start from the date of contract signature and completion in the period of 45 calendar days and guarantee time frame accomplishment.

II.3.4)Time limits for start from the date of contract signature and completion in the period of 45 calendar daysand the guarantee time frame accomplishment.

II.4)OTHER CONTRACT CONDITIONS:

International companies before signing the contract they must have representation in Kosovo.

Notice for international companies for the costume duties applicable in Kosovo.

COSTUM DUTIES- 10%

VAT TAXES -15%

SECTION IIIREQUIREMENTS TO SUBMITTING ECONOMIC OPERATORS

You, as economic operator submitting a tender, have to comply with all the following requirements. Any failure in any requirement will eliminate your tender from the competition.

In all cases, by submitting your tender you areconsidered to having acknowledged the possibility of criminal and civil sanctions, penalties and damages if you intentionally or negligently submit any document, declaration or statement containing materially false or misleading information.

III.1)selection criteria

III.1.1)Eligibility requirements (according to Section 61 of Law No. 2003/17):

  1. Aneconomic operator shall not be eligible to participate in a procurement activity or in the performance of any public contract if such economic operator, or any employee, executive, manager or director thereof:
  2. participated in the preparation of the concerned contract notice or tender dossier, or any part thereof, being used by the concerned contracting authority; or
  3. received assistance in preparation of its tender or requests to participate from a person or undertaking who or that participated in the preparation of the concerned contract notice or tender dossier, or any part thereof.
  4. An economic operator shall not be eligible to participate in a procurement activity or in the performance of any public contract if such economic operator, or any executive, manager or director thereof, has, in the past ten years:
  5. been determined by a court of competent jurisdiction to have committed a criminal or civil offence involving corrupt practices, money laundering, bribery, kickbacks or activities described, or similar to those described, in Section 117.1 of Law No. 2003/17, under the laws or regulations applicable in Kosovo or any country, or under international treaties or conventions;
  6. been declared ineligible, by reason of conduct such as that described above, by any bank, institution or organization providing funds for general development, public investment or reconstruction;
  7. been determined by a court of competent jurisdiction to have committed a serious offence by participating in the activities of a criminal organization, defined as a structured association established over a period of time and operating in a concerted manner to achieve financial gain through activities that are criminal or otherwise illegal where they take place; or
  8. been determined by a court of competent jurisdiction to have committed an act of fraud or an act equivalent to fraud;
  9. been determined to have engaged in unprofessional conduct by a court of competent jurisdiction, administrative agency or organization responsible for enforcing standards of professional conduct; or
  10. been determined by the Public Procurement Regulatory Commission on the basis of substantial evidence, to have engaged in serious professional misconduct or made serious misrepresentations in documents submitted in connection with a procurement proceeding or activity governed by public law in Kosovo or elsewhere.
  11. An economic operator shall not be eligible to participate in a procurement activity or in the performance of any public contract if such economic operator:
  12. has, in the past two years, been adjudged to be bankrupt or insolvent by a court of competent jurisdiction;
  13. is being wound up or administered, or its affairs are being wound up or administered, by a court of competent jurisdiction;
  14. currently has in place an agreement or arrangement with its creditors providing for extended or reduced terms of payment if such terms were agreed to by such creditors because the economic operator had previously been unable to satisfy its obligations as they came due;
  15. is in any situation analogous to a, b or c above arising from a similar procedure under the laws of its place of establishment or of a place where it conducts business;
  16. is currently the subject of a judicial or administrative order suspending or reducing payments by or to such economic operator and resulting in the total or partial loss of the economic operator’s right to administer and/or dispose of its property;
  17. is currently the subject of legal or administrative proceedings that may result in a judicial or administrative order suspending or reducing payments by or to such economic operator if such proceedings may also result in the economic operator being adjudged bankrupt or insolvent;
  18. has, in the past three years, been adjudged by a court of competent jurisdiction to have seriously breached a contract with any public entity, public authority or public undertaking in Kosovo or elsewhere;
  19. is currently delinquent in the payment of any social security contributions in Kosovo or the economic operator’s country of establishment;
  20. is currently delinquent in the payment of taxes in Kosovo or the economic operator’s country of establishment; or
  21. has not yet complied with an order issued by the Public Procurement Regulatory Commission or a review panel.

The following documentary evidence that you are eligible, is required:

a.One declaration under oath that you meet the eligibility requirements of Law No. 2003/17, Section 61, as stated in this Section III.1.1), shall be submitted (ANNEX 5).

b.One signed statement from the Tax Administration of your country of establishment, that you are not delinquent in the payment of taxes at least till the last quarter before submission of the tender, shall be submitted.

c.Electricity payment for local companies

In case a tender is submitted by a group of economic operators, all members of such group shall meet the eligibility requirements and provide evidence of their eligibility according to this Section III.1.1.

III.1.2) Professional suitability requirements (according to Section 62 of Law No. 2003/17):

a.Registration as economic operator in professional, commercial and/or corporate register in your country of establishment( VAT certificate and bussines certificate)

III.1.3)Economic and financial standing requirements (according to Section 63 of Law No. 2003/17, if applicable):

Requirement(s):

Not applicable

III.1.4) Technical and/or professional capability requirements (according to Section 64 of Law No. 2003/17,if applicable):

Requirement(s):

  • Guaranty required in written min 2 year for all offered products. Copy required
  • Authorisation from the producer or diler-original required
  • Attests or certificates on behalf of the offered products-copy required

If in case is the Economic operator group:

  • Guaranty required in written min 2 year for all offered products. Copy required
  • Authorisation from the producer or diler-original required
  • Attests or certificates on behalf of the offered products-copy required

III.1.5) Inspection of technical and/or professional capacities (if applicable)

The contracting authority may want, at its own expenses, to carry out an inspection with your company for the purpose of verifyingproduction capacity, quality assurance measures and/or research and development facilities

III.2)security Requirements

III.2.1)Tender security required of all tenderers N/A

You have to post a tender security of an amount of. (The specified duration shall correspond to the tender validity period stated in SECTION IV.5plus 30 calendar days.

Validity period of tender security shall begin on the date of the deadline for submission of tenders as stated in SECTION IV.2 of this tender dossier.

Form and other requirements which the tender security must meet are specified in ANNEX 7 of this tender dossier.

Where tender security is required, it must be received by the contracting authority at the latest on the date and time specified in SECTION IV.2 of this tender dossier (the deadline for submission of tenders).

]

[Events that will cause tender security to be forfeited:]

[Tender security posted by a tenderer shall be forfeited in the event:

the contracting authority determines, on the basis of objectively verifiable evidence, that such tenderer has provided materially false or misleading information to the contracting authority;

such tenderer withdraws its tender after the deadline for the submission of tenders but prior to the expiration of the tender validity period specified in SECTION IV.5 of this tender dossier;

such tenderer is awarded the concerned contract on the basis of its tender and the tenderer then refuses or fails:

(i)to post any required performance security specified in this tender dossier;

(ii)to comply with any other condition precedent to the signing of the concerned contract as specified in this tender dossier; or

(iii)to conclude the contract that conforms to the terms and conditions specified in this tender dossier.]

III.2.2)Performance security required of the winning tenderer

[In case of awarding thecontract to you as economic operator, you will have to post, before the signing of the contract, a performance security of:

Amount in percentage of total tender price / 10 of the contract value / %

[or]

Amount in value / €
For a duration period of / For 3 months

Form and other requirements which the performance securitymust meet are specified in ANNEX 8 of this tender dossier.