DECREE ON IMPLEMENTATION OF PRE-SHIPMENT INSPECTION OF IMPORTED GOODS

Similar documents
Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS

TENDER NO. KP1/9AA-3/PT/03/13-14 FOR SUPPLY OF 33KV VACUUM AUTOMATIC RECLOSERS ( POLE MOUNTED)

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

CHEMELIL SUGAR COMPANY LIMITED

TENDER DOCUMENTS. Procurement of Goods. International Competitive Tendering. Public Procurement Board. Accra, Ghana

TENDER NO KP1/9AA-2/PT/15/14/15 FOR SUPPLY OF CONCRETE POLES LOCAL MANUFACTURES ONLY

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF FORMS AND FORMATS. DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 12 th February 2016

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

TENDER NO.KP1/9AA-2/PT/49-ID/14-15 FOR PREQUALIFICATION OF CONTRACTORS FOR WAYLEAVES ACQUISITION SERVICES

Title: Supply of Office furnitures

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

Supply of Notebook Computers

TENDER DOCUMENT INTERNATIONAL COMPETITIVE BIDDING (ICB)

Procurement of Goods

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

TENDER NO: KP1/9AA-2/OT/22/ICT/16-17 PROVISION OF MAINTENANCE OF FIRE SUPPRESSION SYSTEMS IN ICT DATA CENTRES. October, 2016

TENDER NO: KP1/9AA-2/PT/10/HR/15-16 FOR TRAINING FOR PROJECT MANAGEMENT AND PROPOSAL WRITING PROGRAMME OCTOBER, 2015

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/

TENDER NO. KP1/9AA-2/PT/08/14-15 FOR PROTECTIVE CLOTHING, SAFETY WEAR, GEAR AND MEASURED UNIFORMS. NATIONAL TENDER

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT

TENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11.

MINISTRY OF INTERIOR AND CO-ORDINATION OF NATIONAL GOVERNMENT ADMINISTRATION POLICE SERVICE

NATIONAL BIOSAFETY AUTHORITY

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ &

TENDER NO. KP1/9AA-2/PT/07/14-15 FOR PROTECTIVE CLOTHING, SAFETY WEAR, GEAR AND MEASURED UNIFORMS. FOR YOUTH, WOMEN AND PERSONS WITH DIABILITY ONLY

TENDER FOR PROCUREMENT OF E-LEARNING CONTENT LICENSE FOR THE CENTRAL BANK OF KENYA

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION.

Haile Selassie Avenue P. O. Box Nairobi Kenya Telephone Telex Fax / TENDER DOCUMENT

22 Climate Resilience Improvement Project

TENDER DOCUMENT FOR IFMIS NO

THE TECHNICAL UNIVERSITY OF KENYA

TENDER NO.SRC /CS/06/ : FOR PROVISION OF COURIER SERVICES WITHIN NAIROBI AND ITS ENVIRONMENT TO SALARIES AND REMUNERATION COMMISSION

KP1/9AA-2/PT/26/CS/15-16 FOR PROVISION OF ADVERTISING &MEDIA SERVICES December, 2015

TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups)

THE MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR SUPPLY OF DIESEL, BOILER FUEL (FURNACE OIL) AND LPG GAS. Tender No: MMH-PHS

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY

KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/016/

JNTUH College of Engineering Hyderabad NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR GROUP LIFE ASSURANCE, GROUP PERSONAL ACCIDENT AND WIBA. Tender No: MMH/GEN/17/49 JULY, 2017

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

REFURBISHMENT OF TWENTY (20) PASSENGER SLEEPER COACHES

SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES TENDER NO. CBK/038/

TENDER DOCUMENT FOR PROVISION OF INTERNET SERVICES

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/

TENDER DOCUMENT FOR THREE (3) -YEAR FRAMEWORK CONTRACT

KENYA TSETSE AND TRYPANOSOMIASIS ERADICATION COUNCIL TENDER NO.KENTTEC/5/ FOR SUPPLY OF ALPHACYPERMETHRINE 10%

SUPPLY AND DELIVERY OF NEWSPAPER FOR FINANCIAL YEAR (FRAMEWORK AGREEMENT)

THE COUNTY ASSEMBLY OF KITUI

TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/

THE UNITED REPUBLIC OF TANZANIA MINISTRY OF HEALTH, COMMUNITY DEVELOPMENT, GENDER AND CHILDREN MEDICAL STORES DEPARTMENT. msd

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/

TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES

TENDER INVITATION TO BID: No. ITB/SOM/BOS/06/015 FOR THE CONSTRUCTION AND REHABILITATION OF FOUR (4) MCHS IN BOSSASO AND QARDO

GDC/PM/OT/025/

CENTRE FOR MATHEMATICS, SCIENCE AND TECHNOLOGY EDUCATION IN AFRICA (CEMASTEA) TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES

SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089

TENDER FOR SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES ON FRAMEWORK ARRANGEMENT FOR CENTRAL BANK OF KENYA

TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS

TENDER DOCUMENT FOR PROVISION OF AIR TRAVEL AGENCY SERVICES (FRAMEWORK CONTRACT FOR TWO YEARS)

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU

TENDER DOCUMENT SUPPLY, INSTALLATION AND COMMISSIONING OF BANKNOTE PROCESSING EQUIPMENT TENDER NO. CBK/34/

DOCUMENT No. 1 TENDER NOTICE

KP1/9AA-2/PT/21/NM/ TENDER FOR PREQUALIFICATION OF CONTRACTORS FOR ROADS/PAVEMENT OPENING/CUTTING, DUCTING AND REINSTATEMENT

NATIONAL OIL CORPORATION OF KENYA. TENDER FOR PROVISION OF CLEARING AND FORWARDING SERVICES FOR PETROLEUM PRODUCTS Re advertisement

KIBABII UNIVERSITY TENDER DOCUMENT FOR PROVISION OF SANITARY BINS AND PEST CONTROL SERVICES FOR AND FINANCIAL YEARS

TENDER FOR PROVISION OF SECURITY SERVICES FOR HEAD OFFICE AND FIELD STATIONS TENDER NO. NWC/ONT/001/

MINISTRY OF DEFENCE ULINZI HOUSE P O BOX NAIROBI TENDER DOCUMENT FOR PRE-QUALIFICATION OF FIRMS FOR THE SUPPLY OF SPARES FOR EARTH MOVERS.

MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE

STANDARD TENDER DOCUMENT

STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG

TENDER FOR PROCUREMENT OF FRESH MILK FOR THE

TENDER FOR PROVISION OF CLEARING AND FORWARDING SERVICES FOR DRY CARGO

Standard Bid Document

TENDER FOR SUPPLY OF DRILLING MATERIALS (MUD & MUD ADDITIVES & WELL HEAD EQUIPMENT) FOR BARINGO- SILALI GEOTHERMAL PROJECT

STANDARD TENDER DOCUMENT FOR PROVISION OF MASTER PLAN REQUISITES PLANNERS TUM/MPR/

Invitation to Bid. 6. Bids will be opened on 22 May, 2012 at 10:30am hours by UNODC/UNDP Procurement Committee

TENDER. INVITATION TO BID: No. ITB/SOM/GAL/17/008. CLOSING DATE AND TIME: Wednesday August 30, 2017, 16.30pm EAT

YOUTH ENTERPRISE DEVELOPMENT FUND P.O. BOX NAIROBI TENDER FOR PROVISION OF MOTOR VEHICLE AND MOTOR CYCLE INSURANCE

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

THE PRESIDENCY EXECUTIVE OFFICE OF THE PRESIDENT DEPARTMENT OF DEVELOPMENT OF ARID AND SEMI-ARID REGIONS

The Kenya Power & Lighting Co. Ltd.

INSTRUCTIONS TO BIDDERS Medical Center

KIBABII UNIVERSITY PROVISION OF SANITARY BINS AND PEST CONTROL SERVICES. Tender No. KIBU/60/

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

DOCUMENT No. 1 TENDER NOTICE

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

TENDER DOCUMENT FOR SUPPLY, DELIVERY AND FITTING OF TYRES AND TUBES FOR KRA MOTOR VEHICLES - TWO (2) FRAMEWORK AGREEMENT

DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF FRESH MEAT AND MEAT PRODUCTS (BEEF, MUTTON, FISH AND CHICKEN)

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-PROC

TENDER NO. NCA/PRE/015/

SUPPLY AND DELIVERY OF BEEF CUBES, GOAT MEAT, CHICKEN LEGS AND EGGS

KENYA PORTS AUTHORITY

Transcription:

MONITORUL OFICIAL No 87-89, August 12, 1999, page 49-7 unofficial translation DECREE ON IMPLEMENTATION OF PRE-SHIPMENT INSPECTION OF IMPORTED GOODS In order to implement provisions of the Law on Customs Tariff No 1380 XIII of November 20, 1997 (Monitorul Oficial, 1998, No 40-41, page 286), and to improve the mechanism of Customs valuation of goods, statistics, quality and conformity verification of the imported goods, the Government of the Republic of Moldova DECIDES: 1. To implement pre-shipment inspection of imported goods. 2. To approve: Regulation on the Committee for implementation and monitoring of the preshipment inspection of imported goods as specified in Appendix No 1; Personal composition of the Committee for implementation and monitoring of pre-shipment inspection of imported goods as specified in Appendix No 2; Conditions for participation in the tender for pre-shipment inspection of imported goods as specified in Appendix No 3; Criterions for selection of companies to provide pre-shipment inspection of imported goods as specified in Appendix No 4; Action plan for implementation of pre-shipment inspection of imported goods as specified in Appendix No. 3. To set that pre-shipment inspection operations shall start within 2 months of announcement of the awarded company. 4. To authorize the chairman of the Committee to sign the agreement between the Government of the Republic of Moldova and the awarded company. Prime Minister of the Republic of Moldova Countersigned: Vice Prime Minister, Minister of Economy and Reforms Minister of Finance Minister of Justice Ion STURZA Alexandru MURAVSCHI Anatol ARAPU Ion PADURARU Chisinau, August 3, 1999 No 747

Appendix No 1 to the Decree of the Government of the Republic of Moldova No 747 of August 3, 1999 REGULATIONS on the Committee for Implementation and Monitoring of the Pre-shipment Inspection of Imported Goods 1. The Committee for Implementation and Monitoring of Pre-shipment Inspection of Imported Goods (hereinafter "the Committee") is the Government Authority in charge of implementation of the Pre-shipment inspection and monitoring of its execution. 2. The Committee activity abides the Constitution of the Republic of Moldova, Decrees of the President of the Republic of Moldova, Decisions of the Parliament and of the Government of the Republic of Moldova and the present Regulation. 3. The Committee has the following main objectives: Preparation and review of documents related to introduction of pre-shipment inspection of imported goods; Co-ordination and audit of the performance of contractual parties involved in execution of pre-shipment inspection. 4. The Committee has the following functions: Elaboration and publication of the action plan in the field of pre-shipment inspection program; Preparation of the Terms of Reference of the Tender; Assessment of the participants of the Tender; Announcement of the tender in the press media; Co-ordination of co-operation with companies that have declared interest in the Tender aimed at collection of information needed for participation in the Tender. Evaluation of the Bid documents; Announcement of the Awarded Bidder; Organization of the conferences, seminars, consultations and meetings on issues related to pre-shipment inspection; Approval of the Agreement; Monitoring of the discrepancies reported to the Government by the preshipment inspection company (hereinafter "the Company"), economic agents or other organizations.. The Committee is formed of the Chairman, secretary and members. The Committee holds its meeting quarterly or more frequently if needed. The Secretary of the Committee is responsible for preparation of the working documents for meetings of the Committee.

Appendix No 2 to the Decree of the Government of the Republic of Moldova No 747 of August 3, 1999 PERSONAL COMPOSITION of the Committee for Implementation and Monitoring of Pre-shipment Inspection of Imported Goods MURAVSCHI Alexandru - Deputy Prime Minister, Minister of Economy and Reforms (Chairman of the Committee) ARAPU Anatol - Minister of Finance (Deputy Chairman of the Committee) TROFAILA Corneliu - Consultant Referent, State Customs Department of the Ministry of Finance (Secretary of the Committee) MEMBERS OF THE COMMITTEE BACALU Veronica - Vice President of the National Bank of Moldova BODIU Zosim - Deputy Minister of Agriculture and Processing Industry PANFILII Ion - Deputy Minister of Industry and Trade CHICU Valeriu - Deputy Minister of Health CIMPOIES Dumitru - General Director, Moldovastandard STRATAN Andrei - General Director, State Customs Department of the Ministry of Finance BOBEICA Valentin - Deputy Minister of Environment

Appendix No 3 to the Decree of the Government of the Republic of Moldova No 747 of August 3, 1999 CONDITIONS for Participation in the Tender for Selection of Companies to Provide Pre- Shipment Inspection of Imported Goods 1. Bidders shall submit: Evidence of capability and experience in realization of pre-shipment inspection programs of imported goods from Governments; Description of the management, organization structure, branches and activities; Description of capabilities of information technology and laboratories, CV s of responsible representatives who will be involved in execution of the program; Evidence of financial stability of the Company - profit and loss statements, balance sheets and auditor s reports for the last five years; Evidence of incorporation of the Company in the country of domicile; Evidence of incorporation and description of activities of the Company s affiliate in the Republic of Moldova; Information about any present or potential legal case in which the Company is or may be one of the parties involved. 2. Amendment of documents on organization and execution of the Tender At any time prior to the deadline for submission of respective bids, the Committee has a right, for any reason - upon its own initiative or in response to a clarification requested by a prospective Bidder to amend the documents on the Tender. Amendment shall be notified in writing or by telex, e-mail or fax to all prospective bidders, who have received on organization and execution of the Tender. If the Committee issues an amendment within a three-day period before the deadline for the submission of bids than, in order to provide prospective Bidders with a reasonable time needed for incorporation of such amendment in their bids preparation, the Committee shall extend the deadline for the submission of bids by three (3) or more working days. 3. Language of bids Bids prepared by participant of the Tender, communication between the bidders and the Committee as well as documents on organization and execution of the Tender shall be in English. Any literature that would be forwarded by the bidder in other

language(s) shall be sent together with the respective English translation. For interpretation of such documents the English translation shall govern. 4. Period of validity of bids Bids shall remain valid for 30 days after the date of the bids opening. Bids with shorter term of validity shall be declared by the Committee as non-complying and rejected. In exeptional circumstances, the Committee may request the bidder to promulgate validity of his bid. The respective request and the bidder s response shall be made in writing (forwarded by telex or e-mail). It shall be understood that the bidder, providing agreement with promulgation of validity of his bid, shall not request and will not be allowed to make any amendmend of his original Tender document.. Form of presentation and signing of bids The bidder shall prepare two copies of the bid and clearly marked them as ORIGINAL BID, and COPY OF BID, respectivelly. In the event of any discrepancy between both documents the original bid shall govern. The original and the copy or copies of the bid shall be typed or written in indelible ink and shall be signed by the bidder or duly authorized person(s). Authorization shall be made by the bidder in written form. All pages of the bids, except for printed literature, shall be signed by the person or persons who will sign the bid. The Bid shall contain no interliniation, erasures or other writing except for necessary corrections of errors made by the Bidder. Such corrections shall be signed by the person or persons who will sign the bid. 6. Sealing and Marking the Bids The bidder shall seal the original and each copy of the bid into two separate (inner and an outer) envelopes, duly marked as ORIGINAL and COPY. The inner and outer envelopes shall contain: a/ Reference to application for pre-shipment inspection of imported goods No. / 1999 b/ Address of the recipient: Republic of Moldova, Chisinau, Ministry of Finance, Cosmonautilor str., MD 200 c/ reference with number of the Tender invitation and the remark DO NOT OPEN BEFORE p.m., 30 October, 1999. The inner envelope shall also indicate the name and address of the Bidder to enable the bid to be returned in case it is declared as late. If the outer envelope is not sealed and marked as required in this Clause, the Committee will assume no responsibility for the bid s misplacement or premature opening.

7. Deadline for Submission of Bids Bids must be received at the address specified in above Clause 6. point b/ no later than p.m., October30, 1999. The Committee may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Clause 2. In this case all rights and obligations of the Committee and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended. 8. Late bids Any bid received by the Committee after the deadline for submission of Bids as set in the above Clause 7., will be rejected and returned unopened to the Bidder. 9. Amendment and withdrawal of Bids The Bidder may amend or withdraw his bid after the bid s submission, provided written notice of the amendment of withdrawal is received by the Authority prior to the deadline prescribed for submission of bids. The Bidder s amendment or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions as set in the above Clause 7. A withdrawal notice may also be sent by telex or e-mail, but shall be accompanied by forwarding of a duly signed and confirmed copy, with the postal stamp bearing the dispatchich date not later than the deadline for submission of bids. No bid shall be amended after the deadline for submission the bids. 10. Clarification of Bids To assist in the examination, evaluation & any comparison of Bids, the Committee may, at its discretion, ask the Bidder for clarification of his Bid. The request for clarification and the response shall be in writing. No changes of the price proposal or of any substance of the bid shall be sought, offered, or permitted. 11. Contacts with the Committee In line with the above Clause 10, no Bidder shall contact the Committee regarding any matter related to his bid. Any attempt from a Bidder to influence the Committee during the evaluation of the bids, the comparison of the bids or the process of adoption of the decision, that would be aimed at winning of the contract, may result in the rejection of the Bidder s bid.

12. Award Criterions The Committee will award the contract to the Bidder whose bid has been evaluated as the most appropriate and the best from the point of view of capabilities to serve the contract as well as fullfilment of requirements set in the above Clause 1. 13. Notification of Award Prior to the expiration of the period of the bid validity, the Committee will notify the winning Bidder in writing by registered letter or by e-mail or by telex about its decision. After the notification, the contract shall be finalized with the winning bidder. The contract shall be signed by the the Chairman of the Committee and the winning bidder within 30 days after the notification.

Appendix No 4 to the Decree of the Government of the Republic of Moldova No 747 of August 3, 1999 CRITERIONS for Selection of Companies to Provide Pre-shipment Inspection of Imported goods 1. Disqualifying Pre-conditions Certain basic requirements described below should be satisfactorily demonstrated before any Company can be confirmed as qualified for the operation of a Government mandated pre-shipment inspection program. If one of the following conditions is not met, the applicant shall be immediately disqualified. 1.1. Independence from Trade and Industry The verification that is to be carried out on behalf of mandating Government must be impartial and objective. Results of verification must not be influenced by existence of special relations between the inspection agencies and other entities who might be interested in results of the verification. Therefore, the inspection agency shall be able to prove the absence of conflict of interests. In particular, evidence must be provided that the inspection agency is not a member of a group of companies having trading and/or industrial activities. The agency shall be disqualified if it conducts such activities directly or has a corporate affiliation with companies involved in trade or industry. 1.2. Financial Standing Inspection agencies shall have sufficient financial resources to implement the assigned services and to meet any demands that might arise in the course of performance of the mandate. It is suggested that the financial resources of the inspection agency shall not be less than ten times the expected annual fee, but in any case, it shall have a paid-in capital of at least the equivalent of million US dollars. The agency must submit financial statements for the last years and it is therefore important that it be a public company with an obligation to publish account and comply with public standards of operation and management. 1.3. Experience in Verification of Imported Goods Applicants shall be accredited in the National System of Certification, shall be members of the PSI Committee of the International Federatioon of Inspection Agencies (IFIA) and shall prove that they have an experience needed to carry out various operations linked with execution of import verification programs. At least 10 years of practical experience in providing quantity/quality verification of all types of goods, particularly those imported by the mandating country, shall be demonstrated and considered as essential for determination of professional capacity to conduct physical inspection or other required verification in resepct of all the country s imported goods. At the same time, the mandating government shall require that inspection agencies submit an evidence of at least years experience in the field of

performance of classification and price verification (verified prices are to be understand as export market prices prevailing in the exporting country for exports into the importing country), e.g. Customs classification and valuation. In the absence of such minimum expirience, the inspection agency shall be disqualified for not having sufficient proffessional ability to perform such complex services. 1.4. Inspection Network To be able to perform import verification in a satisfactory manner, the inspection agencies should have a comprehensive network of fully-owned and/or controlled affiliates and offices, covering the majority of points of supply to mandating country. This can ensure the appropriate and uniformed application of verification standards. Applicant shall be directly present on all continents with their own facilities and be able to submit an evidence that they will not need to sub contract more than 10% of the volume of goods to be inspected to the third parties (agents, representatives, etc.). 2. Criterions for evaluation of inspection agencies that have met the pre-quafication conditions Once it has been determined that selected agencies are capable of performing import verification for the mandating government, further evaluation shall take place that shall take into account the major advantages offered by each agency. 2.1. Experience & capability in import verification (30 %) In order to determine the most experienced inspection agencies, one needs to consider the number of import verification contracts in terms of quality, quantity, customs classification and valuation that are currently operated by the agency (as well as past contracts), number of years of experience, number of certificates issued within such mandates during the past calendar year, and recommendation from Governments, the World Bank, IMF or other internationally recognized organizations. Inspection companies shall therefore provide this information, especially in respect of their import verification contracts that include Customs valuation and classification. Pre-shipment inspection agencies shall be accredited to ISO/IEC 17020 standard or other equivalent internationally recognized standards. 2.2. Global import verification network (3 %) The more comprehensive the international inspection network of an agency, the more it is likely to provide a uniform and efficient service, which is essential to insure high quality in the performance of such a mandate. To evaluate the strength of an agency s network, the following elements shall be taken into account: the number of countries where the agency is directly present (and where its operations under its direct control), the number of offices, the number of permanent staff and the number of testing laboratories. The agencies shall provide addresses of all these offices and laboratories and shall not include agents or sub-contractors whose operations they do not control directly. 2.3. Financial Resources ( %) As mentioned earlier, the strength of an inspection agency and its ability to face its obligations in the course of its mandate is determined by the financial resources at its disposal. This also determines the ability of the agency to invest in the extension of existing facilities if needed to meet the needs of the importing country.

2.4 Financial Offer (20 %) The mandating authorities of the country of import will obviously evaluate proposals to a significant extent on the basis of the potential cost of the program. Two main elements shall be considered when evaluating the level of fees proposed: the general rate as a percentage of the CIF value of the goods to be inspected, as well as the minimum fee (in US dollar equivalent) per intervention when the ad valorem rate gives a lower result. 2. Additional Services / Transfer of Technology (10 %) Evaluation of proposals shall take into account the eventual provision of additional services such as Customs training, computerization, pre-shipment inspection techniques, etc.

1.1 Independence from Trade & Industry ING PRE-CONDITIONS The agency does not conduct direct trading and/or industrial activities and has no corporate affiliation with companies involved in trade or industry 1.2 Finacial Standing The financial resources of the agency are over ten times the expected annual fee. The paid-in capital is at least the equivalent of million US dollars. The agency publishes its financial accounts in line with generally accepted standards for operations and management. 1.3 Import Verification Experience The agency has more than 10 years experience in the quality and quantity inspection of: Agricultural & food products Minerals, chemicals & fertilizers Petroleum & petrochemical products Industrial goods and plant projects All types of consumer goods The agency has over years experience in all the elements of Import Verification Programs: Quality Quantity Customs valuation Customs classification 1.4 Inspection Network The agency has fully-owned inspection facilities on all continents: North America Central & South America Eastern & Western Europe Africa & Middle East Asia & Australia The agency can handle over 90% of the total inspection volume with its facilities (not through agent, representatives, subcontractors).

CRITERIONS FOR EVALUATION OF INSPECTION AGENCIES THAT HAVE MET THE PRE-QUAFICATION CONDITIONS Maximum 2.1 Experience in Import Verification 2.1.1 number of current contracts for government-mandated Import verification (number of contracts divided by highest figure and multiplied by 1) 2.1.2 Years of experience (number of years divided by highest figure and multiplied by ) 2.1.3 Number of reports of Findings issued in the last calendar year in the performance of Import verification programs (number of ROFs divided by highest figure and multiplied by ) 2.1.4 accreditation to ISO/IEC 17020 or any equivalent international standards 30 1 2.2 Import Verification Network 2.2.1 Number of countries where inspection agency is directly present with fullyowned facilities (number of countries divided by highest figure and multiplied by 10) 2.2.2 Number of offices worldwide controlled by agency (number of offices divided by highest figure and multiplied by 2,) 2.2.3 Number of qualified permanent staff directly employed worldwide by inspection agency (number of employees divided by highest figure and multiplied by ) 2.2.4 Number of accredited testing laboratories worldwide that are under direct control of the inspection agency (number of laboratories divided by highest figure and multiplied by ) 2.2. Experience of work with adequate State Bodies in the mandatory country. 2.2.6 Permanent activity of at least 4 years of inspection agency s affiliate registered in the mandatory country. 3 10 2, 2, 10 2.3 Financial Resources Turnover of the last calendar year (value divided by highest figure and multiplied by ) 2.4 Financial Offer 2.4.1 Rate of verification fees as percentage of CIF value of goods to be inspected (lowest figure divided by proposed rate and multiplied by 1) 2.4.2 Minimum inspection fee per intervention in USD equivalent (lowest figure divided by proposed minimum fee and multiplied by ) 20 1 2. Additional Services Free appreciation for training, computerization, etc 10 % to the most interesting proposal. 10 10 TOTAL 100

Appendix No to the Decree of the Government of the Republic of Moldova No 747 of August 3, 1999 ACTION PLAN for Implementation of Pre-shipment Inspection of Imported Goods Action Term Responsible Identification of Groups of Goods subject to Pre-shipment Inspection 2.08.99 Ministry of Finance together with Ministries and Departments Identification of Groups of Goods subject to Quality Control 2.08.99 Moldovastandard together with Ministries and Departments The first Meeting of the Committee 03.08.99 Committee Secretary Announcement of the Bid in the mass-media 06.08.99 Committee Secretary Announcement of Awarded Bidder 30.10.99 Committee Secretary Negotiations and Agreement Drafting 11.11.99 Ministry of Finance Agreement signature with the Awarded Bidder 12.11.99 Chairman of the Committee Presentation of the Quarter Reports on the PSI Program performance to the Government quarterly Ministry of Finance