NATIONAL BANK OF SERBIA

Similar documents
NATIONAL BANK OF SERBIA

NATIONAL BANK OF SERBIA

TENDER DOCUMENTS. ANTI-DOPING AGENCY OF SERBIA, Trg Republike 3, Belgrade

NATIONAL BANK OF SERBIA

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

UV-Visible Spectrophotometer

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

REQUEST FOR QUOTATION (RFQ) (Goods) NAME & ADDRESS OF FIRM DATE: March 3, 2017

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

Quotations submitted by hand/mail should be in sealed envelopes and sent to the following address:

General Conditions of CERN Contracts

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

NATIONAL BANK OF SERBIA TENDER DOCUMENTATION PP 164/2014

GEBERIT PIPING SYSTEMS INTERNATIONAL SALES AND DELIVERY CONDITIONS

Tender. for. Indian Institute of Technology Jodhpur

CITY OF HOPKINSVILLE

GENERAL PURCHASING TERMS AND CONDITIONS SOLARIS BUS & COACH S.A.

GENERAL PURCHASING TERMS AND CONDITIONS. Strama-MPS Maschinenbau GmbH & Co. KG

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

Tender. for. Indian Institute of Technology Jodhpur

ORDINANCE ON THE AWARD OF SPECIAL PUBLIC CONTRACTS. (Heading amended, SG 7/2007, in force from ) In force from 1 October 2004

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

TURKS AND CAICOS ISLANDS GOVERNMENT MINISTRY OF TOURISM, ENVIRONMENT, HERITAGE AND CULTURE DEPARTMENT OF ENVIRONMENT AND COASTAL RESOURCES (DECR)

SPECIFICATION OF ESSENTIAL TERMS AND CONDITIONS OF PUBLIC PROCUREMENT hereinafter referred to as the SETCPP

INVITATION TO BID: No. ITB/2018/1147 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE SUPPLY OF VISIBILITY VESTS

Standard Bidding Documents. For. KMU Annual report

ECB - T105 roofing for the new ECB premises (D-Frankfurt-on-Main) 2009/S Contract notice

REQUEST FOR QUOTATION (RFQ) (Goods)

RFP FOR PROCUREMENT ANTI SKIMMING DEVICES AND PIN SHIELD (GUARD)

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

GENERAL CONDITIONS OF THE CONTRACT (Applicable to purchase orders)

GENERAL CLAUSES AND CONDITIONS FOR ESA CONTRACTS (ESA/C/290, rev. 6 as resulting from ESA/C(2003)103)

Translation from Latvian

REQUEST FOR QUOTATION (RFQ111201)

Procurement Procedure for Supply of Interim Staff for IT and General Administration Ref. EBA/2012/018/OPS/IT/RT

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

Schedule A Page 1 of 6

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

UNOPS General Conditions of Contract for the provision of Goods

SERVICE CONTRACT NOTICE Provision of court reporting and transcription services to the Kosovo Specialist Chambers (KSC) The Hague The Netherlands

REQUEST FOR QUOTATION (RFQ)

S.I. 7 of 2014 PUBLIC PROCUREMENT ACT. (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY

General Terms and Conditions of Sale of inge GmbH

STANDARDBIDDING DOCUMENT

PARKING SYSTEM FOR PRAGUE AIRPORT

REQUEST FOR PROPOSALS No. 23/2015

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

INVITATION FOR BIDS FOR THE SALE OF LBY 500 ASPHALT PLANT WITH 250W GENERATOR at SRI LANKA AIR FORCE DETACHMENT MAMDUWA

CALL FOR TENDER No D/SE/10/02. Fundamental rights of persons with intellectual disabilities and persons with mental health problems ANNEX B

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

General Terms and Conditions of: F & M Richard Tummers B.V. Ambyerstraat-Noord EJ Maastricht

Standard Conditions of Sale and Terms of Delivery of

REQUEST FOR QUOTATION (RFQ) 3/5/2010 REFERENCE: RFQ-SS-Motorbike-CSAC

1.1. Activation Key or "Authorisation Code" means the key required to enable

Board of Intermediate Education Bakhtiari Youth Center, North Nazimabad, Karachi

INVITATION TO BID#: ITB/SRBBE/ADM SECURITY SERVICES

TENDER SPECIFICATIONS ATTACHED TO THE INVITATION TO TENDER

REQUEST FOR QUOTATION (RFQ) 26 March 2010 REFERENCE: RFQ-SS-ITEQUIPMENT-COMM

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

REQUEST FOR QUOTATION (RFQ) 8 Oct 2010 REFERENCE: RFQ-SS-CATSERVICES-SPP

General Terms and Conditions 1 October Article 1: Applicability/definitions. Article 2: Establishing agreements

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

GTCP. General terms and conditions of purchase VALIDITY FROM

CEYLON ELECTRICITY BOARD EASTERN PROVINCE

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

GOVERNMENT OF KARNATAKA (Department of Agriculture)

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

LAW ON THE NATIONAL BANK OF SERBIA (consolidated) 1 I. BASIC PROVISIONS. Article 1. Article 2

REQUEST FOR QUOTATION (RFQ)

REQUEST FOR QUOTATION (RFQ) (Motorcycle) NAME & ADDRESS OF FIRM DATE: August 17, 2017

INVITATION TO BID: No. ITB/UNHCR/PMCS/2015/GOODS/MI ITB/028 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE SUPPLY OF HYGIENE KITS

REPUBLIC OF SERBIA Negotiating Group for the Chapter 5-Public Procurement. Bilateral Screening: Chapter 5 PRESENTATION OF THE REPUBLIC OF SERBIA

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

REQUEST FOR QUOTATION

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

Strona 1 z 25

REQUEST FOR QUOTATION (RFQ)

REMOTE SENSING APPLICATIONS CENTRE, U.P.

1. INTRODUCTION AND DESCRIPTION OF THE CURRENT SITUATION

22. Details of CIDA registration including specialty and grade.

REQUEST FOR QUOTATION (RFQ) (Goods and services)

To all eligible firms and companies

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

RETRO REFLECTIVE GLASS BEADS

Dispute Board Rules. in force as from 1 September Standard ICC Dispute Board Clauses. Model Dispute Board Member Agreement

Subject: Supply and Delivery of Personal Protective Devices (PPD) - Respirators (N95 masks)

SPECIFICATION OF ESSENTIAL TERMS OF CONTRACT hereinafter referred to as SIWZ

International Conditions of Sale for Customers not Resident in Germany

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

REQUEST FOR QUOTATION (RFQ) (Services)

GENERAL TERMS AND CONDITIONS

Terms and Conditions of Purchase of Goods and Services by Hyundai Motor Manufacturing Czech s.r.o. (hereinafter referred to as "Terms and Conditions")

Tender Documentation for Procurement Procedure DELIVERY OF NEW TOWABLE PASSENGER STAIRS (hereinafter referred to as Tender Documentation )

LAW ON THE NATIONAL BANK OF SERBIA (consolidated) 1 I. BASIC PROVISIONS. Article 1

GOVT. OF NCT OF DELHI

Navoi region, Karmana city, Karamana khokimiyat

Transcription:

NATIONAL BANK OF SERBIA TENDER DOCUMENTS LVPP 469/1/2017 Belgrade, January 2018 Page 1 of 37

Pursuant to Article 61 of the Law on Public Procurement (RS Official Gazette, Nos 124/2012, 14/2015 and 68/2015, hereinafter: LPP), Article 6 of the Rules on Mandatory Elements of Tender Documents in Public Procurement Procedures and the Manner of Proving the Fulfilment of Requirements (RS Official Gazette, No 86/2015), and Article 40 of the Rulebook on Procurement at the National Bank of Serbia (G. No 1545 of 13 March 2014, G. No 5808 of 4 August 2014, G. No 7575 of 12 October 2015, G. No 9906 of 30 December 2016 and G. No 8246 of 29 September 2017), and the Decision on Initiating the Low-Value Public Procurement Procedure (G. No 10880 of 20 December 2017) and the Decision on Establishing the Low-Value Public Procurement Committee (G. No 10881 of 20 December 2017), the following was prepared: TENDER DOCUMENTS for the low-value public procurement of goods equipment for electromagnetic testing of Contents: 1 GENERAL INFORMATION ON PROCUREMENT... 3 2 TYPE, TECHNICAL CHARACTERISTICS, QUALITY, QUANTITY AND DESCRIPTION OF GOODS... 4 3 TECHNICAL SPECIFICATION... 5 4 PARTICIPATION REQUIREMENTS AND INSTRUCTIONS ON PROVING THE FULFILMENT OF THE REQUIREMENTS... 6 5 CONTRACT AWARD CRITERIA... 8 6 FORMS INTEGRAL TO THE BID... 9 7 MODEL CONTRACT... 20 8 INSTRUCTIONS TO BIDDERS ON PREPARING THE BID... 27 9 AGREEMENT BY WHICH BIDDERS IN A GROUP OF BIDDERS COMMIT TO EACH OTHER AND TO THE CONTRACTING AUTHORITY TO EXECUTE THE PUBLIC PROCUREMENT... 35 10 BID CONTENT... 37 The Committee: 1) Katarina Lazarević Todorović, member Jasmina Peruničić, alternate 2) Nada Širko, member Nataša Marić, alternate 3) Marko Dimić, member Snežana Petrović, alternate Page 2 of 37

1 GENERAL INFORMATION ON PROCUREMENT 1.1 Name, address and website of the contracting authority: National Bank of Serbia Kralja Petra 12, Belgrade www.nbs.rs 1.2 Type of public procurement procedure: low-value public procurement. 1.3 Public procurement subject equipment for electromagnetic testing of contactless cards. 1.4 Description of lots: This procurement is not split into lots. 1.5 This is not a restricted public procurement. 1.6 There will be no electronic auction. 1.7 The procedure is not conducted for the purpose of entering into a framework agreement, but for the purpose of awarding a contract. 1.8 Contact: javne.nabavke@nbs.rs, every business day (Monday Friday) from 7.30 a.m. to 4.30 p.m. Page 3 of 37

2 TYPE, TECHNICAL CHARACTERISTICS, QUALITY, QUANTITY AND DESCRIPTION OF GOODS 2.1 TYPE OF GOODS: Equipment for electromagnetic testing of contactless cards. 2.2 TECHNICAL CHARACTERISTICS: Technical characteristics of the goods that are the subject of this public procurement are presented in Chapter 3 of the Tender Documents. 2.3 QUALITY: In accordance with the requirements set out in the Technical Specification. 2.4 QUANTITY AND DESCRIPTION OF THE GOODS: The public procurement in question includes the delivery of equipment for electromagnetic testing of contactless cards, according to the description and in the amounts specified in the Technical Specification. 2.5 QUALITY CONTROL AND QUALITY ASSURANCE: The quality of the goods delivered shall be verified at the record-verified takeover of the goods, by a representative of the contracting authority who will assess whether the goods delivered meet the agreed quality. 2.6 DELIVERY DEADLINE: As stated in the bid. 2.7 PLACE OF DELIVERY: Institute for Manufacturing Banknotes and Coins Topčider, Pionirska 2, Belgrade Page 4 of 37

3 TECHNICAL SPECIFICATION Subject: Device for electromagnetic testing of contactless cards in production conditions CQM Compliance Solution or corresponding Purpose: One of the requirements of the MasterCard Card Quality Manufacturing system (CQM) is to ensure that each personalisation location must be certain at any point in time that the required product quality is the maintained same throughout the entire personalisation process. This product should ensure adequate proof that each personalised bank cards in this payment system has been successfully produced and that it successfully passes all required tests, including those associated with chip-embedded cards. Description of the procurement subject: Full coverage of all tests required by the CQM regarding electromagnetic characteristics and RF card functionalities such as: - Resonance Frequency - Quality Factor - Reading distance; Motorised reader fir chips and magnetic strips and testing EMV payment platform; Fully flexible and programmable platform using Tcl script language; Graphic display of the results obtained with Resonance Frequency, Quality Factor and Reading distance; ISO 14443 A/B reader and tester with the option to set parameters in terms of signal and communication; Minimum characteristics that should be met by a product in terms of equipment: - 1 x US-Rek 3U/8F and 1 installation1xus-core + 1xUS-CLT with JCT I/O connector - 1 x SED, one-year software maintenance - 1 x cardboard for US-Rek 3U/8F - 1 x power supply 12V/60W DC 100-240 AC and 1 x specific power cable for the certain specific region - 1 x cross network cable and 1 normal network cable - RS232 cable (1 RJ12/2 DB9) - SMB/SMB cable 100cm (P/N 53020-01000) - 1 x X-Coil 30 antenna v1r01 with plastic case (P/N 52091-00101) - 1 x X-Coil control cable for US-CLT installation in rek (P/N 530A4-01000) - 1 x ID1 ISO COIL (P/N 52080-00001) - 1 x T50 antenna - 1 x PCB for capacitor testing (P/N 56003-00001) - 1 x 50Ω (1x SMB/BNC adapter and 1 x 50 Ω terminator) - 1 x CD SDK «solution for testing in production» - 1 x US-CLT brief instructions brochure - 1 x brochure for UltraSmart XP plug-ins - 1 x additional warranty extension by 12 months Page 5 of 37

4 PARTICIPATION REQUIREMENTS AND INSTRUCTIONS ON PROVING THE FULFILMENT OF THE REQUIREMENTS Table 1 No Requirements and evidence under Article 75 and 76 of the LPP 4.1 MANDATORY REQUIREMENTS FOR THE BIDDER UNDER ARTICLE 75 OF THE LPP: 1) The bidder must be registered with the competent authority, i.e. entered in the appropriate business register. 2) The bidder and its legal representative have not been convicted of any criminal act as members of an organised crime group, nor convicted of a commercial criminal offence, criminal offence against the environment, criminal offence of receiving or offering bribe, or a criminal offence of fraud. 3) Full payment of due taxes, contributions and other public charges in accordance with regulations of the Republic of Serbia or a foreign country where its head office is located. 1 Table 2 4) The bidder has fulfilled obligations under applicable regulations on safety at work, employment and working conditions and environmental protection, and no measure prohibiting the performance of an activity has been pronounced against it which is in force at the time of bid submission; 4.2 ADDITIONAL REQUIREMENTS FOR THE BIDDER UNDER ARTICLE 76 OF THE LPP: EVIDENCE: The bidder has the necessary business capacity it produces the offered goods or is the exclusive representative for the territory of the Republic of Serbia. Bidder s Statement of Meeting the Requirements for Participation in the Public Procurement Procedure (Chapter 6.3.1) and in case the bidder is not the producer of the offered goods a copy of the contract with the producer or a copy of the certificate issued by the producer stating that the bidder is the producer s exclusive representative for the offered goods in the territory of the Republic of Serbia and that it is entitled to provide the service of licence renewal valid at least six months after the bid opening day and/or Subcontractor s Statement of Meeting the Requirements for Participation in the Public Procurement Procedure (Chapter 6.3.2) (SIGNED AND STAMPED). No Other mandatory documents and forms to be enclosed with the bid 1 Bid Form (filled-in, signed and stamped), 2 Form of Statement of Independent Bid (signed and stamped) (Chapter 6.2); 3 Model Contract (filled-in, signed and stamped), (Chapter 7); Manufacturer s documents (manufacturer s catalogue, manufacturer s certificate etc.) containing the technical description of the goods offered, or the official website of the manufacturer displaying the technical characteristics of the goods offered. Technical characteristics of the goods offered, which were prepared, signed and stamped by the 4 bidder shall not be accepted, unless the bidder is also the manufacturer. Note: If any of the requested technical characteristics cannot be determined based on the submitted documentation or verified on the official website of the manufacturer, the contracting authority may request additional clarifications from the bidder, along with the submission of appropriate evidence issued by the manufacturer. 5 Agreement (IF PARTICIPATING AS A GROUP OF BIDDERS Model Agreement in Chapter 9). Page 6 of 37

NOTES: 1. If the bid is submitted jointly with the subcontractor: - Along with the bid, the bidder shall submit evidence showing that its subcontractors meet the requirements referred to in Chapter 4, Table 1, item 4.1, subitems 1) to 4) Subcontractor s Statement of Meeting the Requirements for Participation in the Public Procurement Procedure (Chapter 6.3.2). - The bidder shall independently meet the additional requirement regarding business capacity. 2. If the bid is submitted by a group of bidders: - Each bidder in a group of bidders must meet all mandatory requirements listed in Chapter 4, Table 1, item 4.1, subitems 1) to 4), which each bidder shall prove by submitting the Bidder s Statement of Meeting the Requirements for Participation in the Public Procurement Procedure. - The additional requirement regarding business capacity shall be met jointly. 3. Notes: If the submitted bid is assessed as acceptable, before making the decision to award the contract, the contracting authority may require from the bidder to submit for inspection, within five days of receiving the contracting authority s written request, the original or a certified copy of evidence of meeting the requirements under Article 75. of the LPP (Chapter 4, items 1 3), except for bidders registered in the Registry of Bidders (the Committee shall check the Registry of Bidders); The contracting authority is not obliged to request the bidder to submit all or some of the evidence, if it is already in possession of the appropriate evidence provided by that bidder in other public procurement procedures with that contracting authority. If the bidder fails to submit the original or certified copy of the requested evidence within the stipulated deadline, its bid shall be rejected as unacceptable; If the country where the bidder s head office is located does not issue the evidence set out under Article 77 of the LPP, the bidder may, instead of evidence, submit its own written statement accepting full financial and criminal liability, certified by a court or administrative authority, public notary or other competent authority of the country in question. The bidder is not obliged to submit evidence that is publicly available on the websites of competent bodies, such as e.g. the excerpt issued by the Business Registers Agency. The forms in the Tender Documents must be signed by an authorised person. If the forms are signed by a person not entered in the register as a person authorised for representation, the authorisation to sign must be enclosed with the bid. Additional notes: The bidder shall immediately inform the National Bank of Serbia in writing about any change relating to the fulfilment of requirements pertaining to the public procurement procedure, occurring before the adoption of the decision and/or conclusion of the contract and/or during contract validity, and shall provide documents substantiating such change, with the note Procedure for LVPP of goods equipment for electromagnetic testing of. Page 7 of 37

5 CONTRACT AWARD CRITERIA 5.1 CRITERIA The selection among the acceptable bids shall be performed by applying the criterion of the lowest offered price. 5.2 TWO OR MORE BIDS WITH EQUAL LOWEST PRICE If the same lowest offered price is quoted in two or more bids, the contract shall be awarded to the bidder offering the shortest delivery deadline. In case the offered delivery deadline is the same, the contract shall be awarded to the bidder offering the longest payment term. If the contract may not be awarded in the above manner because the bids are still equal in all aspects, the contract shall be awarded by drawing lots. The Public Procurement Committee shall schedule the time and place of the draw and invite all bidders to attend the draw. During the draw, bidders representatives will write the name of bidders on special pieces of paper. Members of the Public Procurement Committee shall give them identical envelopes in which they will each place their filled out piece of paper. These envelopes will be shuffled by hand in the presence of all bidders, after which the bidders envelopes will be drawn at random and the bids ranked by the order in which the envelopes were drawn, of which a Record of the draw in the procedure LVPP 469/1/2017 will be made. If an invited bidder does not respond to the invitation to attend the draw, the members of the Public Procurement Committee shall, in front of the attending authorised bidders representatives, put pieces of paper with the names of absent bidders in empty envelopes, which will be included in the draw procedure, along with the envelopes of the attending authorised representatives of bidders. The same procedure will be followed if no bidder attends the draw. Page 8 of 37

6 FORMS INTEGRAL TO THE BID - Bid Form (Chapter 6.1); - Form of Statement of Independent Bid (Chapter 6.2); - Form of Bidder s Statement of Meeting the Requirements (Chapter 6.3.1); - Form of Subcontractor s Statement of Meeting the Requirements (Chapter 6.3.2); - Form of Statement of Bid Preparation Costs (not mandatory) (Chapter 6.4); - Form of Statement on Legal Representatives (for foreign bidders) (Chapter 6.5) Page 9 of 37

No LVPP 469/1/2017 6.1 BID FORM Equipment for electromagnetic testing of contactless cards I submit the bid (designate the manner of bid submission): a) independently b) as a joint bid c) with a subcontractor No DESCRIPTION according to the Technical Specification: Manufacturer and model/type of product Price in RSD/EUR exclusive of VAT (specify the currency) Price in RSD/EUR inclusive of VAT (specify the currency) 1 Equipment for electromagnetic testing of contactless cards, fully in accordance with the Technical Specification Terms of payment (circle the number of the payment option and fill out the corresponding fields) Delivery deadline (includes delivery, installation, putting of the equipment into operation and training): (maximum 30 calendar days) Warranty period: (minimum 12 months) Bid validity period: (minimum 60 days) 1) Advance payment: advance payment % of the price of the goods (maximum 50%) (enter the % of advance payment) Deadline for advance payment (minimum 8 days): up to days from the date of the receipt of a valid advance invoice and a bank guarantee for advance payment refund Deadline for payment of the remainder of the debt (minimum 15 days, maximum 45 days): up to days from the day of receipt of a valid invoice submitted upon the record-verified delivery 2) No advance payment: Payment term (minimum 15 days, maximum 45 days): up to days from the day of receipt of a valid invoice submitted upon the record-verified delivery up to calendar days from the receipt of a written request from the Buyer s representative (including by email) months from the date of the recordverified delivery days from the bid opening date Page 10 of 37

Note: Please specify whether the goods are accompanied by a EUR.1 certificate proving that the goods are imported into Serbia from the EU or the goods are accompanied by the Statement of authorisation on the invoice original (if the goods are from the EU) foreign Seller. The goods are accompanied by a EUR.1 certificate or the Statement of authorisation on the invoice YES NO (specify) - The total price includes the price of the goods, transport, installation, putting the goods into operation and training of the ZIN staff to use the goods, as well as all other costs that may arise in the relevant procurement, - The delivery of the goods includes installation, putting the equipment into operation and training of the ZIN staff to use the equipment. Prices of the goods that are the subject of the procurement may be expressed in dinars or a foreign currency euros. A DOMESTIC BIDDER shall indicate the price of the goods including all costs to the premises of the buyer Institute for Manufacturing Banknotes and Coins Topčider, Belgrade, Pionirska 2 (including customs duties and freight forwarding charges), exclusive of value added tax. A FOREIGN BIDDER shall indicate the price of the goods in accordance with DAP parity (Incoterms 2010), exclusive of taxes. For the offers of domestic and foreign bidders to be comparable, Article 86, paragraph 5 of the Law on Public Procurement prescribes that the offered price of a foreign bidder includes customs duties. In this regard, and for ranking purposes, the price of the foreign bidder indicated in the Bid Form shall be increased by freight forwarding costs to be borne by the National Bank of Serbia, in the amount of RSD 7,200.00 (the price of a single customs clearance paid by the NBS to the freight forwarder) and the customs rates stipulated by the regulations of the Republic of Serbia and applied to the imports from the Bidder s country. If the Bidder s goods are to be accompanied by a EUR.1 certificate, the Bidder shall state so in the Bid Form, in the section Notes. For bid-ranking purposes, if expressed in euros, the price shall be converted into dinars using the official middle exchange rate of the National Bank of Serbia on the day of bid opening. The Seller shall announce the delivery time by sending an email to: zahtevi.zin@nbs.rs, with the following data: the date of dispatch of the ordered goods, means of transport, the agreed quantity, gross and net weight, so as to take the necessary measures for the customs clearance and receipt of the goods, and data on the bidder foreign bidder. The Seller shall announce the delivery time by sending an email to: zahtevi.zin@nbs.rs, with the following data: date and time of the delivery, data on the Seller, names of persons who will deliver the goods and the vehicle registration plate number domestic bidder. - The goods shall be delivered to the following address: Institute for Manufacturing Banknotes and Coins Topčider, Pionirska 2, Belgrade, - When submitting the invoice for the goods delivered, the Seller shall indicate on the invoice the number under which the contract is registered in the Buyer s records (Z. No) and the number of the public procurement (LVPP 469/1/2017). Enclosure 1 (Data on the Bidder), Enclosure 2 (Data on Members of the Group of Bidders) and Enclosure 3 (Data on the Subcontractor). Date: Stamp Bidder s signature Page 11 of 37

ENCLOSURE 1 FORM DATA ON THE BIDDER (WHEN PARTICIPATING INDEPENDENTLY OR WITH A SUBCONTRACTOR) Bidder s business name: Address of the head office: Contact person: Email: Telephone: Fax: Bidder s tax identification number (TIN): Bidder s registration number: Account number: Bidder s representative registered with the Business Registers Agency authorised to sign the contract If the contract is signed by a person other than the Bidder s representative registered with the Business Registers Agency, the authorisation issued to that person to sign the public procurement contract shall be submitted along with the signed contract. Page 12 of 37

ENCLOSURE 2 FORM DATA ON THE BIDDER (WHEN PARTICIPATING IN A JOINT BID) Bidder s business name: Address of the head office: Contact person: Email: Telephone: Fax: Bidder s tax identification number (TIN): Bidder s registration number: Account number: *Bidder s representative registered with the Business Registers Agency authorised to sign the contract If the contract is signed by a person other than the Bidder s representative registered with the Business Registers Agency, the authorisation issued to that person to sign the public procurement contract shall be submitted along with the signed contract. *Only the member of the Group of Bidders who will sign the contract on behalf of the Group must complete the relevant section on the representative. This statement is copied and submitted for each member of the group separately. Page 13 of 37

ENCLOSURE 3 FORM DATA ON THE SUBCONTRACTOR Subcontractor s business name: Address of the head office: Contact person: Email: Telephone: Fax: Subcontractor s tax identification number (TIN): Subcontractor s registration number: Account number: Percentage of the total value of the procurement to be outsourced to this Subcontractor, not exceeding 50%: Part of the subject of the procurement to be executed by this Subcontractor: If the Bidder is participating with several Subcontractors, this statement is copied and submitted for each Subcontractor separately. Page 14 of 37

6.2 FORM OF STATEMENT OF INDEPENDENT BID STATEMENT ОF INDEPENDENT BID Accepting full financial and criminal liability, I hereby declare that I have submitted the bid independently, without any agreement with other bidders or interested parties. Date: Stamp Bidder s signature Note: Should there be reasonable doubt as to the truthfulness of the statement of independent bid, the Contracting Authority shall immediately inform the authority in charge of competition protection thereof. The authority in charge of competition protection may impose a measure prohibiting participation in the public procurement procedure to the Bidder, i.e. interested party, if it establishes that the Bidder, i.e. interested party has violated the competition in the PP procedure, within the meaning of the Law governing competition protection. The measure prohibiting participation can last up to two years. The violation of the competition represents a negative reference, as stipulated in Article 82, paragraph 1, item 2 of the Law. If the bid is submitted by a group of bidders, the Statement must be stamped and signed by each bidder s authorised representative. Page 15 of 37

6.3 FORM OF STATEMENT OF MEETING THE REQUIREMENTS FOR PARTICIPATION IN THE PUBLIC PROCUREMENT PROCEDURE 6.3.1 Form of Bidder s Statement of Meeting the Requirements for Participation in the Public Procurement Procedure Accepting full moral, financial and criminal liability, as the Bidder s authorised representative, I give the following STATEMENT Bidder registration number meets all requirements specified in the Tender Documents for LVPP 469/1/2017, and in particular: 1. the Bidder is registered with the competent authority, i.e. entered in the appropriate business register; 2. the Bidder and its legal representative have not been convicted of any criminal act as members of an organised crime group, nor convicted of a commercial criminal offence, criminal offence against the environment, criminal offence of receiving or offering bribe, or a criminal offence of fraud; 3. the Bidder has paid due taxes, contributions and other public charges in accordance with regulations of the Republic of Serbia or a foreign country where its head office is located; 4. the Bidder has fulfilled obligations under applicable regulations on safety at work, employment and working conditions and environmental protection, and no measure prohibiting the performance of an activity has been pronounced against it which is in force at the time of bid submission. 5. the Bidder is the producer or an exclusive representative of the producer of the offered goods in the territory of the Republic of Serbia. NOTES: In case of a doubt as to whether or not the Bidder or each Bidder from the Group of Bidders meets some of the requirements set forth in the documents, the Contracting Authority may request that the Bidder submits appropriate documents to substantiate the fulfilment of the requirements. If the bid is submitted by a group of bidders, the Statement must be stamped and signed by each bidder s authorised representative. In case the bidder is not the producer of the offered goods a copy of the contract with the producer or a copy of the certificate issued by the producer stating that the bidder is the producer s exclusive representative for the offered goods in the territory of the Republic of Serbia and that it is entitled to provide the service of licence renewal valid at least six months after the bid opening day. This statement is copied and submitted for each member of the group separately. Date: Stamp Bidder s signature Page 16 of 37

6.3.2 FORM OF SUBCONTRACTOR S STATEMENT OF MEETING THE REQUIREMENTS FOR PARTICIPATION IN THE PUBLIC PROCUREMENT PROCEDURE Under full moral, financial and criminal liability, I give the following STATEMENT Subcontractor registration number meets all requirements specified in the Tender Documents for LVPP 469/1/2017, and in particular: 1. the Subcontractor is registered with the competent authority, i.e. entered in the appropriate business register; 2. the Subcontractor and its legal representative have not been convicted of any criminal act as members of an organised crime group, nor convicted of a commercial criminal offence, criminal offence against the environment, criminal offence of receiving or offering bribe, or a criminal offence of fraud; 3. the Subcontractor has paid due taxes, contributions and other public charges in accordance with regulations of the Republic of Serbia or a foreign country where its head office is located; 4. the Subcontractor has fulfilled obligations under applicable regulations on safety at work, employment and working conditions and environmental protection, and no measure prohibiting the performance of an activity has been pronounced against it which is in force at the time of bid submission. NOTES: In case of a doubt as to whether or not the Subcontractor meets some of the requirements set forth in the documents, the Contracting Authority may request that the Bidder submits appropriate documents to substantiate the fulfilment of the requirements. If the bid is submitted with a Subcontractor, the Statement must be stamped and signed by the Subcontractor s authorised representative. If the Bidder is participating with several Subcontractors, this statement is copied and submitted for each Subcontractor separately. Date: Stamp Subcontractor s signature Page 17 of 37

6.4 FORM OF STATEMENT OF BID PREPARATION COSTS STATEMENT OF BID PREPARATION COSTS Accepting full financial and criminal liability, I hereby declare that in this public procurement procedure I had the following costs: COST ITEM AMOUNT EUR/RSD exclusive of VAT EUR/RSD exclusive of VAT EUR/RSD exclusive of VAT EUR/RSD exclusive of VAT EUR/RSD exclusive of VAT EUR/RSD exclusive of VAT EUR/RSD exclusive of VAT EUR/RSD exclusive of VAT EUR/RSD exclusive of VAT EUR/RSD exclusive of VAT In accordance with Article 88 of the LPP, the Bidder may include in its bid the total amount and structure of bid preparation costs. The costs of preparation and submission of the bid are borne exclusively by the Bidder and shall not be reimbursed by the Contracting Authority. If the public procurement procedure is cancelled due to reasons related to the Contracting Authority, the Contracting Authority shall reimburse the Bidder for the costs of manufacturing a sample or model, if these were made in accordance with the technical specifications of the Contracting Authority, and for the costs of acquiring collateral, provided that the Bidder requested the reimbursement of these costs in its bid. *Pursuant to the Rulebook on Mandatory Elements of Tender Documents in Public Procurement Procedures and the Manner of Proving the Fulfilment of Conditions (RS Official Gazette, No 86/2015) this Statement is a mandatory element of the Tender Documents. NOTE: SUBMISSION OF THIS STATEMENT IS NOT MANDATORY. Date: Stamp Bidder s signature Page 18 of 37

6.5 FORM OF STATEMENT ON LEGAL REPRESENTATIVES (FOR FOREIGN BIDDERS ONLY) STATEMENT ON LEGAL REPRESENTATIVES Accepting full financial and criminal liability, I hereby declare that pursuant to the regulations of the country in which our head office is located, our legal representatives are as follows: Date: Stamp Bidder s signature Page 19 of 37

7 MODEL CONTRACT ON THE PURCHASE OF EQUIPMENT FOR ELECTROMAGNETIC TESTING OF CONTACTLESS CARDS concluded between: NATIONAL BANK OF SERBIA Kralja Petra 12, Belgrade, represented by based on the authorisation (hereinafter: the Buyer) on the one part, and represented by, Manager (hereinafter: the Seller) on the other part. (other Bidders from the Group of Bidders) Page 20 of 37

SUBJECT Article 1 The subject of this Contract is the purchase of equipment for electromagnetic testing of contactless cards for the Institute for Manufacturing Banknotes and Coins Topčider (hereinafter: the goods), in accordance with the Seller s bid registered with the National Bank of Serbia under No / of / 2017, the Technical Specification in the Tender Documents and the manufacturer s documents/excerpt from the manufacturer s website that contains the technical characteristics of the offered goods, which are integral to this Contract. (The Seller participates with a Subcontractor, Street from, which will execute a part of the procurement, namely the part:.) PRICES Domestic bidder: Article 2 The price of the goods specified in Article 1 hereof is RSD/EUR exclusive of VAT. Foreign bidder: The price of the goods referred to in Article 1 hereof (excluding freight forwarding charges and customs duty) specified in the Bid Form that is to be paid to the foreign Bidder is EUR, at DAP parity (Incoterms 2010). Freight forwarding charges and customs duty shall be paid by the Buyer. PAYMENT 1) option without advance payment: Article 3 The Buyer shall pay to the Seller the total price of the delivered goods specified in Article 2 hereof, increased by the amount of calculated VAT, within days of the day of the receipt of a valid invoice submitted for the entire delivery of the goods, verified by the Record referred to in Article 6 hereof. 2) option with advance payment: In case of advance payment, the Buyer shall pay the advance payment amounting to % of the price of from Article 2 inclusive of VAT to the Seller within days of the date of the receipt of a valid invoice and a bank guarantee for advance payment refund; the Buyer shall pay the remainder of the debt inclusive of VAT within days of the date of the receipt of a valid invoice, verified by the Record referred to in Article 6 hereof. If the offered price is expressed in euros domestic bidder: The payment shall be made in the dinar equivalent value using the official middle exchange rate of the National Bank of Serbia on the invoice date. If the offered price is expressed in euros foreign bidder: The payment shall be made in euros. Page 21 of 37

When submitting the invoice for the goods delivered, the Seller shall indicate on the invoice the number under which the contract is registered in the Buyer s records (ZIN No) and the number of the public procurement (LVPP 469/1/2017). DELIVERY OF THE GOODS Article 4 The Seller shall deliver the goods to the Buyer, install it and put it into operation, and train at least three employees at the Institute for Manufacturing Banknotes and Coins Topčider, fully in accordance with the bid, the Technical Specification from the Tender Documents and the manufacturer s documents/excerpt from the manufacturer s website from Article 1 hereof. The Seller shall deliver the good(s) to the Buyer and install them, including all costs, within calendar days of the receipt of a written request from the Buyer s representative (including by email), at the address of the Institute for Manufacturing Banknotes and Coins Topčider, Pionirska 2, Belgrade. Upon the delivery of the goods, the Seller shall present the following documents to the Buyer: - commercial invoice (one original and two copies); - certified warranty card and the Instructions and the Safety Manual in Serbian; - dispatch notice (one original) domestic bidder; - bill of lading (one original and two copies) foreign bidder; - EUR.1, the document certifying that the goods are imported into Serbia from the European Union, or the Statement of authorisation on the invoice original (if the goods are from the European Union) foreign bidder. When delivering the goods, the Seller shall also provide other documents required for imports and customs clearance of goods, which are normally provided by the Seller foreign bidder. After the dispatch of the goods, the Seller shall deliver one original copy of the invoice to the Buyer as soon as possible, via a courier service express mail foreign bidder. The Seller shall announce the delivery time by sending an email to: zahtevi.zin@nbs.rs, with the following data: the date of dispatch of the ordered goods, means of transport, the agreed quantity, gross and net weight, so as to take the necessary measures for the customs clearance and receipt of the goods, and data on the bidder foreign bidder. The Seller shall announce the delivery time by sending an email to: zahtevi.zin@nbs.rs, with the following data: date and time of the delivery, data on the Seller, names of persons who will deliver the goods and the vehicle registration plate number domestic bidder. LIABILITY FOR LEGAL DEFICIENCIES Article 5 The Seller shall deliver the goods to the Buyer free from any rights or claims of third parties. The Seller shall be liable to the Buyer if there is a right or claim of a third party relating to the goods delivered that excludes, reduces or limits the right of the Buyer to their use and disposal. RECEIPT OF THE GOODS AND REMOVAL OF DEFECTS Foreign bidder: Article 6 The takeover of the goods shall be performed at the place of delivery specified in Article 4 hereof, in accordance with the documents accompanying the delivery, when the Buyer s representative will sign the dispatch document. The quality acceptance testing of the goods shall be carried out following installation, Page 22 of 37

putting into operation and the completed training of at least three employees at the Institute for Manufacturing Banknotes and Coins Topčider, of which a Record shall be made, which shall be signed by the representatives of the Buyer and the Seller, and made in two copies, of which each party shall retain one. Domestic bidder: The contractual parties shall perform the quality and quantity acceptance testing of the goods which shall include installation, putting into operation and the completed training of at least three employees at the Institute for Manufacturing Banknotes and Coins Topčider, of which a Record shall be made, which shall be signed by the representatives of the Buyer and the Seller, and made in two copies, of which each party shall retain one. Foreign and domestic bidder: At the takeover, the Buyer s representative shall inspect the goods delivered in the usual manner and immediately inform the Seller if any visible defects are identified. If a defect is identified after the takeover that could not have been identified during the usual inspection, the Buyer s representative shall inform the Seller in writing immediately after identifying such defect. If the Seller knew or must have known about the defects, the Buyer shall be entitled to refer to these defects even if it did not perform its duty of inspecting the goods or informing the Seller on time of the defect identified. Article 7 In cases referred to in Article 6 hereof, the Buyer shall be entitled to request that the Seller removes the defect within 30 days of receiving the request from the Buyer s representative or delivers other good(s) without defects within 30 days of the expiry of deadline for the removal of the defect (Contract performance). If the Seller fails to perform the Contract within the deadlines referred to in paragraph 1 hereof, the Buyer shall be entitled to terminate the Contract, of which it shall notify the Seller in writing. The Buyer may terminate the Contract even without granting an additional deadline to the Seller, if the Seller has informed the Buyer that it cannot perform the contractual obligations or when it is apparent that the Seller will be unable to perform the Contract even within the additional deadline. CONTRACTUAL PENALTY Article 8 If the Seller fails to perform the contractual obligation referred to in Article 1 hereof in the agreed deadline, provided such failure is not caused by the Buyer or due to force majeure, the Seller shall pay to the Buyer a penalty for each day of delay amounting to 0.5% of the total price specified in Article 2 hereof, whereby the total contractual penalty for the delay may not exceed 10% of the total price specified in Article 2 hereof. The contractual penalty referred to in paragraph 1 hereof shall start from the first day after the expiry date of the agreed deadline for the performance of the contractual obligation and shall count until the day the contractual obligation is performed, and at most until the day when the value of the calculated contractual penalty reaches 10% of the total price specified in Article 2 hereof. If the Seller fails to perform the contractual obligation or performs it partially, the Buyer shall be entitled to charge a contractual penalty of 10% of the total price specified in Article 2 hereof. The Seller shall submit a credit note for the purposes of paying the contractual penalty referred to herein within 8 days of receiving a written request from the Buyer. The Buyer s right to charge a contractual penalty shall not affect its right to demand damage compensation. Page 23 of 37

FINANCIAL COLLATERAL 1) for good performance: Article 9 Bank guarantee shall be financial collateral for good performance, potential payment of contractual penalty, and removal of defects within the warranty period. The bank guarantee must be unconditional and payable on first demand, may not contain additional payment conditions, deadlines shorter than those specified by the contracting authority, smaller amounts or a different court jurisdiction for dispute resolution, than specified by the contracting authority herein. If the bidder provides the guarantee issued by a foreign bank, this bank s credit assessment shall correspond to at least credit quality step 3 (investment grade). The selected bidder shall submit the bank guarantee at contract signing or within seven days of contract signing at the latest, before the delivery of the goods, in the amount of 10% of the contract value, and shall last at least 10 days longer than the warranty period. If during the duration of the contract the deadlines for the performance of the contractual obligation change or other circumstances arise which prevent the performance of contractual obligations, the validity of the bank guarantee shall be extended. When submitting the bank guarantee, copies of specimen signature cards of authorised persons of the bank that issued the bank guarantee shall also be enclosed. 2) for advance payment refund: In case of advance payment, financial collateral for advance payment refund shall be one bank guarantee for advance payment refund, which shall be submitted following contract conclusion, before the goods delivery and with the advance invoice at the latest. The bank guarantee for advance payment refund shall be submitted in the amount of the advance payment, plus tax. The bank guarantee must be unconditional and payable on first demand, and shall have the validity period of 10 days after the expiry of the goods delivery period. The bank guarantee may not include additional conditions for payment, shorter deadlines than those specified by the contracting authority, lower amount than specified by the contracting authority or different local jurisdiction for the resolution of disputes than specified by the Buyer in this Contract. If the bidder provides the guarantee issued by a foreign bank, this bank s credit assessment shall correspond to at least credit quality step 3 (investment grade). If during the duration of the contract the deadlines for the performance of the contractual obligation change or other circumstances arise which prevent the performance of contractual obligations, the validity of the bank guarantee shall be extended. When submitting the bank guarantee, copies of specimen signature cards of authorised persons of the bank that issued the bank guarantee shall also be enclosed. The bank guarantees shall be kept in the Contracting Authority s portfolio until contractual obligations have been performed, whereupon they shall be returned to the other party. Article 10 If the Seller fails to submit to the Buyer the credit note for the payment of contractual penalty in the deadline specified in Article 8, paragraph 4 hereof, the Seller hereby authorises the Buyer to charge the contractual penalty and other costs against the bank guarantee set out in Article 9, item 1) hereof, in the amount of up to 10% of the total price specified in Article 2 hereof. Page 24 of 37

WARRANTY PERIOD Article 11 The Seller shall grant a guarantee for the delivered goods for the duration of months from the day of the record-verified takeover of the goods. Along with the delivered goods, the Seller shall submit a certified warranty card and the Instructions and the Safety Manual in Serbian. The Seller shall respond to the request from the Buyer s representative (maintenance unit) to remove defects in the warranty period within 10 business days of receiving the request from the Buyer s representative. If, due to malfunctioning, the goods were replaced or underwent considerable repairs, the warranty period shall start anew from the date of the replacement of the goods or return of the repaired goods. COMING INTO EFFECT AND VALIDITY Article 12 This Contract shall have legal effect as of the day it is signed by both parties. CONTRACT TERMINATION Article 13 Either party may terminate this Contract in case of non-performance of obligations envisaged by the Contract by the other party. Non-performance is declared if: a contractual obligation is not performed, if it is partially performed or if it is performed, but not in the manner stipulated by the Contract. The party terminating the Contract shall inform the other party of Contract termination by sending a written notification via registered mail with a return receipt or via email. CONTRACT CANCELLATION Either party may cancel the Contract. Article 14 The parties shall agree that the notice period for the cancellation referred to in paragraph 1 hereof is 30 days starting from the day of submission of a written notification of cancellation and evidence of its justifiability. If either party cancels the Contract without a justified and objective reason that can be substantiated by evidence, the other party shall be entitled to charge the penalty in the amount of 10% of the total Contract value on the basis of unjustified cancellation. OTHER PROVISIONS Article 15 Issues not regulated by this Contract shall be governed by the Law on Contracts and Torts and other regulations governing this matter. Article 16 The Seller shall immediately notify the Buyer in writing of any change in relation to the fulfilment of requirements in the public procurement procedure during contract validity and document it in the prescribed manner, stating the number of the Contract in the Buyer s records (G. No) and the number of the public procurement LVPP 469/1/2017. Page 25 of 37

In case of a domestic bidder: Article 17 Issues not regulated by this Contract shall be governed by the Law on Contracts and Torts. In case of a foreign bidder: Issues not regulated by this Contract shall be governed by the Swiss Federal Code of Obligations. In case of a domestic Bidder Article 18 The parties shall agree to resolve amicably any disputes under this Contract. Any disputes that are not resolved amicably shall be resolved by the Commercial Court in Belgrade. In case of a foreign Bidder The parties shall agree to resolve amicably any disputes under this Contract. Any disputes that may arise herefrom or in relation hereto shall be conclusively resolved according to the rules of Foreign Trade Arbitration at the Serbian Chamber of Commerce, in accordance with its Rulebook. The arbitration shall be held in Belgrade. The language of the arbitration procedure and correspondence shall be English. In case of a domestic Bidder Article 19 This Contract is made in 6 (six) identical copies, of which 3 (three) are intended for each party. In case of a foreign Bidder This Contract is made in 6 (six) identical copies in English, of which 3 (three) are intended for each party. For the Seller For the Buyer Page 26 of 37

8 INSTRUCTIONS TO BIDDERS ON PREPARING THE BID 8.1 THE LANGUAGE OF THE BID The language of the bid may be either Serbian or English. 8.2 REQUIREMENTS RELATING TO BID PREPARATION 1) The bidder s bid (and enclosures) should be manually numbered (every page individually) with a clearly written number of the page out of the total number of pages (e.g. 1 of 2), initialled and stamped by the bidder. The complete documentation (bid) should be punched, tied together with a string and sealed with sealing wax. 2) A bid must contain the evidence specified in Chapter 4 of the Tender Documents. All statements, the Bid Form and Model Contract which are integral to the bid must be filled-in, signed and stamped. 3) If the bidder participates independently or with a group of bidders, the bidder or the authorised representative of the group of bidders shall submit: No Form Chapter 1 Bid Form, with enclosures; (Chapter 6.1) 2 Form of Statement of Bid Preparation Costs (not mandatory), (Chapter 6.4) 3 Model Contract. (Chapter 7) The bidder participating independently and each bidder in a group of bidders, including the authorised representative of the group of bidders shall submit: No Form Chapter 1 Form of Statement of Independent Bid (Chapter 6.2) 2 Form of Bidder s Statement of Meeting the Requirements for Participation in the Public Procurement Procedure (Chapter 6.3.1) 3 Form of Statement on Legal Representatives (for foreign bidders only) (Chapter 6.5) The authorised representative of the Group of Bidders shall be the bidder appointed as the leading member of the Group, i.e. as the one that will submit the bid, sign the forms from the Tender Documents on behalf of the Group and represent the Group of Bidders before the contracting authority, according to the agreement referred to in Article 81 of LPP by which the bidders in a Group of Bidders commit to each other and to the contracting authority to jointly execute the public procurement. 4) If a bidder participates with a subcontractor, the bidder shall submit: No Form Chapter 1 Bid Form, with enclosures; (Chapters 6.1.1 and 6.1.2) 2 Form of Statement of Independent Bid (Chapter 6.2) 3 Form of Bidder s Statement of Meeting the Requirements for Participation in the Public Procurement Procedure (Chapter 6.3.1) 4 Form of Statement of Bid Preparation Costs (not mandatory); (Chapter 6.4) 5 Form of Statement on Legal Representatives (for foreign bidders only) (Chapter 6.5) 6 Model Contract (Chapter 7) Page 27 of 37

A subcontractor shall submit the form that is filled out, signed and stamped: No Form Chapter 1 Form of Subcontractor's Statement of Meeting the Requirements for Participation in the Public Procurement Procedure (Chapter 6.3.2) 5) The manner of obtaining the Tender Documents and the website where they have been made available for download: - Public Procurement Portal, portal.ujn.gov.rs; - Website of the contracting authority (www.nbs.rs); - The documents can be obtained in person at Nemanjina 17, Belgrade, Procurement Department, Public Procurement Division, every business day (Monday Friday), from 7.30 a.m. to 4.30 p.m. 6) The manner and deadline for bid submission: Bidders shall submit their bids in a sealed and stamped envelope, either by registered mail or in person, at the address of the contracting authority: National Bank of Serbia, Nemanjina 17, Belgrade, with the following note: Bid for the low-value public procurement equipment for electromagnetic testing of contactless cards, LVPP 469/1/2017 do not open The bidder s name, contact person and telephone number should be written on the back of the envelope. It is preferable that the bidder submits a copy of the bid along with the original. The original bid and the copy must be placed in separate envelopes, sealed and stamped, and placed together in another envelope marked Bid for the low-value public procurement equipment for electromagnetic testing of do not open. The envelope containing the original bid must be labelled Original bid for the low-value public procurement equipment for electromagnetic testing of do not open. The envelope containing the copy of the bid, in all aspects identical with the original bid, must be marked Copy of the bid for the low-value public procurement equipment for electromagnetic testing of do not open. DEADLINE FOR BID SUBMISSION: 25 January 2018 by 10.00 a.m. A bid shall be considered timely if it has arrived to the registry office of the contracting authority at Nemanjina 17, Belgrade by 25 January 2018 at 10.00 a.m. A bid shall be considered untimely if it has not arrived to the registry office of the contracting authority at Nemanjina 17, Belgrade by 25 January 2018 at 10.00 a.m. 7) Place, time and method of bid opening: Bid opening shall be public and performed immediately after the expiry of the deadline for bid submission, on 25 January 2018 at 10.30 a.m. in office No 3077 at Nemanjina 17, Belgrade, in the presence of members of the Committee for this public procurement. 8) Requirements for representatives of bidders to attend the bid opening procedure: Bidders authorised representatives may participate in bid opening. Prior to the public bid opening, bidders representatives who are to attend the procedure of bid opening shall submit to the contracting authority letters of authorisation to prove their capacity. 9) Contact: javne.nabavke@nbs.rs, every business day (Monday Friday) from 7.30 a.m. to 4.30 p.m. 8.3 LOTS This public procurement is not split into lots. Page 28 of 37