Puc Parking Servis Belgrade

Total Page:16

File Type:pdf, Size:1020Kb

Puc Parking Servis Belgrade

CONTRACTING AUTHORITY:

PUC «PARKING SERVIS» BELGRADE Republic of Serbia – 11000 Belgrade, Kraljice Marije 7

TENDER DOCUMENTATION WITH TENDER FORMS AND ANNEXES

FOR PUBLIC PROCUREMENT OF GOODS - SPARE PARTS AND COMPONENTS FOR UPGRADE OF THE S&B SYSTEM FOR VEHICLE ENTRY AND EXIT CONTROL AND PARKING FEE COLLECTION IN THE FACILITIES OF THE PUC "PARK- ING SERVIS“

PUBLIC PROCUREMENT PROCEDURE - OPEN PROCEDURE

NUMBER OF PROCUREMENT VN-01-D-40/17

- Belgrade, 2017 -

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 1/89

CONTENTS OF THE TENDER DOCUMENTATION:

1. General Information on the Public Procurement 2. Information about the Subject of Procurement 3. Type, Technical Characteristics, Quality, Quantity and Descrip- tion of Goods, Works or Services, the Manner of Conducting of Control and Ensuring of Quality Assurance, Deadline for Execu- tion, Place of Execution or Delivery of Goods, Possible Additional Services and Similar. 4. Requirements for Participation in Open Procurement Procedure Under Art. 75 and 76 of the Law on Public Procurement and the In- structions on How to Prove the Compliance with These Require- ments 5. Instructions to Tenderers on How to Prepare THE Tender

TENDER FORMS

- Tender Form - Cover Page - Basic Information About the Tenderer - Basic Information About the Subcontractor - Basic Information About the Member of Joint Tender - Statement of Member of the Group of Tenderers Submitting a Joint Tender - Form of the Statement of Compliance with the Additional Requirements for Participation in the Procedure Under Art. 76

- Reference List Form - Statement of the Warranty Period - Tender Form - Tender Preparation Costs Form - Statement of Independent Tender - Form of the Statement of the Compliance with the Obligations Set out in Art. 75 P. 2 of the PPL - Form of the Statement of Financial Securities in case of conclusion of the contract - Model Contract - Price Structure Form with instructions for completing of the Price Structure Form

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 2/89

GENERAL INFORMATION ABOUT THE PUBLIC PROCUREMENT

INFORMATION ON THE CONTRACTING AUTHORITY: Name: PUC "PARKING SERVIS" Belgrade; Address: 11000 Belgrade, Kraljice Marije 7; Website of the contracting authority: www.parking-servis.co.rs; Activity code: 5221; RN: 07046383; TIN: 100214228 SR; Phone: 011/222-8-038; Fax: 011/222-8-028.

Type of public procurement procedure: Open procedure pursuant to Article 32 of the Law on Public Procurement ("Off. Gazette of RS" no. 124/12, 14/15 and 68/15) and by-laws regulating the area of public procurements, in which all interested parties may submit tender.

Subject of public procurement: The subject of public procurement no. VN-01-D-40/17, are goods - SPARE PARTS AND COMPONENTS FOR UPGRADE OF THE S&B SYSTEM FOR VEHICLE ENTRY AND EXIT CONTROL AND PARKING FEE COLLECTION IN THE FACILITIES OF THE PUC "PARKING SERVIS“.

The objective of the procedure: The public procurement procedure is carried out in order to conclude a public procurement contract with the selected tenderer.

Reserved public procurement: This is not a reserved public procurement.

Electronic bidding: No electronic bidding shall be conducted.

Contact persons: Dino Kodelja, [email protected]. After taking over of the tender documentation, interested parties may exclusively in writing request the additional information or clarification from the contracting authority regarding tender preparation, where they may indicate possible mistakes and irregularities in the tender documentation to the contracting authority, no later than five days before the deadline for submission of tenders, at the contracting authority’s address - Beograd, St. Kneza Višeslava no. 27 - SRC "Pionirski grad", or to the specified e-mail address.

DEADLINE FOR SUBMISSION OF TENDERS: 45 (forty five) days from the date when the invitation for tenders was published on the Public Procurement Portal, but not later than 11:00 on the last day of the deadline for submission of tenders, i.e. on 06/03/2017. Only tenders that arrive at the contracting authority’s address and are registered in the archives of the contracting authority (Belgrade, St. Kneza Višeslava no. 27 - SRC "Pionirski grad") no later than 11:00 on the last day of the deadline for submission of tenders, including tenders sent by registered mail, shall be considered timely. If the deadline for submission of tenders expires on a non-working day or national holiday, the last day of the deadline shall be the first next working day by 11:00.

Public opening of tenders shall be on the same day, 06/03/2017, starting at 13:00, at the same address (Belgrade, St. Kneza Višeslava no. 27 - SRC "Pionirski grad"), in the presence of authorized representatives of tenderers, which shall be required, before the start of the public opening procedure, to submit the authorizations for participation in the public opening of tenders to the Commission for Public Procurements. In case the representatives of the tenderers fail to submit specified authorization, it shall be deemed that they have the status of the general public and all other interested parties attending the opening of tenders.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 3/89

INFORMATION ABOUT THE SUBJECT OF PUBLIC PROCUREMENT

Subject of public procurement: The subject of public procurement no. VN-01-D-40/17, are goods - SPARE PARTS AND COMPONENTS FOR UPGRADE OF THE S&B SYSTEM FOR VEHICLE ENTRY AND EXIT CONTROL AND PARKING FEE COLLECTION IN THE FACILITIES OF THE PUC "PARKING SERVIS“,title and designation from the general procurement vocabulary - 31700000 - electronic, mechanical and electro-technical supplies.

The subject of procurement is not subdivided into several separate units - lots.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 4/89

TYPE, TECHNICAL CHARACTERISTICS, QUALITY, QUANTITY AND DESCRIPTION OF GOODS, WORKS OR SERVICES, CONTROL METHODS AND QUALITY ASSURANCE, DEADLINE FOR EXECUTION, PLACE OF EXECUTION OR DELIVERY OF GOODS, POSSIBLE ADDITIONAL SERVICES ETC.

- technical characteristics (specification) of the parts of equipment for upgrade, spare parts and contactless RF parking cards of the system for vehicle entry and exit control and parking fees collection at the facilities of the PUC “PARKING SERVIS”

PARTS OF THE EQUIPMENT FOR SYSTEM UPGRADE

A.1 - Upgrade bill to bill - MFPS Obilićev venac NO. Description - EN Quantity

a.1.1 Banknote validator 1 Type: bill to bill a.1.2 Frames for the installation of the device 1 a.1.3 Front door of the automatic pay station 1

a.1.4 External panel of the door with inscriptions in accordance 1 with the investor’s wishes Validator of the RF transponder card for PKA Manufacturer: Scheidt & Bachmann GmbH a.1.5 Type: reader/writer 1 Media: RF transponder card Installation in the device

A.2- Upgrade bill to bill - MFPS Zeleni venac NO. Description - EN Quantity

a.2.1 Banknote validator 1 Type: bill to bill a.2.2 Frames for the installation of the device 1 a.2.3 Front door of the automatic pay station 1

a.2.4 External panel of the door with inscriptions in accordance 1 with the investor’s wishes Validator of the RF transponder card for PKA Manufacturer: Scheidt & Bachmann GmbH a.2.5 Type: reader/writer 1 Media: RF transponder card Installation in the device

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 5/89

A.3- Upgrade bill to bill - MFPS Masarikova NO. Description - EN Quantity a.3.1 Banknote validator 2 Type: bill to bill a.3.2 Frames for the installation of the device 2 a.3.3 Front door of the automatic pay station 2 a.3.4 External panel of the door with inscriptions in accordance 2 with the investor’s wishes Validator of the RF transponder card for PKA Manufacturer: Scheidt & Bachmann GmbH a.3.5 Type: reader/writer 2 Media: RF transponder card Installation in the device

A.4 - Upgrade bill to bill - MFPS Pionirski park NO. Description - EN Quantity a.4.1 Banknote validator 2 Type: bill to bill a.4.2 Frames for the installation of the device 2 a.4.3 Front door of the automatic pay station 2 a.4.4 External panel of the door with inscriptions in accordance 2 with the investor’s wishes Validator of the RF transponder card for PKA Manufacturer: Scheidt & Bachmann GmbH a.4.5 Type: reader/writer 2 Media: RF transponder card Installation in the device

A.5 - Upgrade bill to bill - Warehouse Vukov spomenik NO. Description - EN Quantity a.5.1 Banknote validator 2 Type: bill to bill a.5.2 Frames for the installation of the device 2 a.5.3 Front door of the automatic pay station 2 a.5.4 External panel of the door with inscriptions in accordance 2 with the investor’s wishes Validator of the RF transponder card for PKA Manufacturer: Scheidt & Bachmann GmbH a.5.5 Type: reader/writer 2 Media: RF transponder card Installation in the device

B.1 - PS VMA NO. Description - EN Quantity

Entry card distributor Entervo software 3 b.1.1 Manufacturer: Scheidt & Bachmann GmbH Media: RF transponder card

Exit card reader Entervo software 3 b.1.2 Manufacturer: Scheidt & Bachmann GmbH Media: RF transponder card

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 6/89

C.1 - PS DR. A. Kostića NO. Description - EN Quantity

Exit card reader Manufacturer: Scheidt & Bachmann GmbH Type: PL 30 / S Media: Side stripe Software package: Premium Painting: 1 c.1.1 Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (grey) Additional painting "P" effect Display VGA 5.1 Standard analogue intercom Validation of RF transponder card

C.2 - PS Čukarica NO. Description - EN Quantity

Exit card reader Manufacturer: Scheidt & Bachmann GmbH Type: PL 30 / S Media: Side stripe Software package: Premium Painting: 1 c.2.1 Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (grey) Additional painting "P" effect Display VGA 5.1 Standard analogue intercom Validation of RF transponder card

C.3 - PS Novi Beograd NO. Description - EN Quantity

Exit card reader Manufacturer: Scheidt & Bachmann GmbH Type: PL 30 / S Media: Side stripe Software package: Premium Painting: 1 c.3.1 Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (grey) Additional painting "P" effect Display VGA 5.1 Standard analogue intercom Validation of RF transponder card

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 7/89

C.4 - PS Milan Gale Muškatirović NO. Description - EN Quantity

Exit card reader Manufacturer: Scheidt & Bachmann GmbH Type: PL 30 / S Media: Side stripe Software package: Premium Painting: 2 c.4.1 Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (grey) Additional painting "P" effect Display VGA 5.1 Standard analogue intercom Validation of RF transponder card

D.1 - PP Simpo NO. Description - EN Quantity Manual collection POS Validator of RF transponder card for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 1 d.1.1 Type: reader/writer Media: RF transponder card Device in separate housing

External antenna Manufacturer: Scheidt & Bachmann GmbH 1 d.1.2 Type: reader/writer Media: RF transponder card

D.2 - PS Viška NO. Description - EN Quantity Manual collection POS Validator of RF transponder card for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 1 d.2.1 Type: reader/writer Media: RF transponder card Device in separate housing

External antenna Manufacturer: Scheidt & Bachmann GmbH 1 d.2.2 Type: reader/writer Media: RF transponder card

D.3 - PS Politika NO. Description - EN Quantity Manual collection POS Validator of RF transponder card for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 1 d.3.1 Type: reader/writer Media: RF transponder card Device in separate housing

External antenna Manufacturer: Scheidt & Bachmann GmbH 1 d.3.2 Type: reader/writer Media: RF transponder card

D.4 - PS Karađorđeva Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 8/89

NO. Description - EN Quantity Manual collection POS Validator of RF transponder card for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 1 d.4.1 Type: reader/writer Media: RF transponder card Device in separate housing

External antenna Manufacturer: Scheidt & Bachmann GmbH 1 d.4.2 Type: reader/writer Media: RF transponder card

D.5 - PS Kamenička NO. Description - EN Quantity Manual collection POS Validator of RF transponder card for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 1 d.5.1 Type: reader/writer Media: RF transponder card Device in separate housing

External antenna Manufacturer: Scheidt & Bachmann GmbH 1 d.5.2 Type: reader/writer Media: RF transponder card

D.6 - PS Kapetanija NO. Description - EN Quantity Manual collection POS Validator of RF transponder card for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 1 d.6.1 Type: reader/writer Media: RF transponder card Device in separate housing

External antenna Manufacturer: Scheidt & Bachmann GmbH 1 d.6.2 Type: reader/writer Media: RF transponder card

D.7 - PS Donji grad NO. Description - EN Quantity Manual collection POS Validator of RF transponder card for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 2 d.7.1 Type: reader/writer Media: RF transponder card Device in separate housing

External antenna Manufacturer: Scheidt & Bachmann GmbH 2 d.7.2 Type: reader/writer Media: RF transponder card

D.8 - PS Kalemegdan NO. Description - EN Quantity

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 9/89

Manual collection POS Validator of RF transponder card for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 1 d.8.1 Type: reader/writer Media: RF transponder card Device in separate housing

External antenna Manufacturer: Scheidt & Bachmann GmbH 1 d.8.2 Type: reader/writer Media: RF transponder card

E. 1 - PS Dr Aleksandra Kostića

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Type: PKA 32 Media: Side stripe cards, RF transponder cards, payment cards Banknote receipt: "Bill to Bill" Coin receipt: operational storages, additional storages 1 e.1.1 Software package: Premium Painting: Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (grey) Additional painting "P" effect Standard analogue intercom Base

E. 2 - PS Botanička bašta

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Type: PKA 32 Media: Side stripe cards, RF transponder cards, payment cards Banknote receipt: "Bill to Bill" Coin receipt: operational storages, additional storages 1 e.2.1 Software package: Premium Painting: Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (grey) Additional painting "P" effect Standard analogue intercom Base

E. 3 - PS Novi Beograd

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Type: PKA 32 Media: Side stripe cards, RF transponder cards, payment cards Banknote receipt: "Bill to Bill" Coin receipt: operational storages, additional storages 1 e.3.1 Software package: Premium Painting: Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (grey) Additional painting "P" effect Standard analogue intercom Base

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 10/89

E. 4 - PS Čukarica

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Type: PKA 32 Media: Side stripe cards, RF transponder cards, payment cards Banknote receipt: "Bill to Bill" Coin receipt: operational storages, additional storages 1 e.4.1 Software package: Premium Painting: Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (grey) Additional painting "P" effect Standard analogue intercom Base

E. 5 - Cvetkova pijaca

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Type: PKA 32 Media: Side stripe cards, RF transponder cards, payment cards Banknote receipt: "Bill to Bill" Coin receipt: operational storages, additional storages 1 e.5.1 Software package: Premium Painting: Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (grey) Additional painting "P" effect Standard analogue intercom Base

E. 6 - Milan Gale Muškatirović

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Type: PKA 32 Media: Side stripe cards, RF transponder cards, payment cards Banknote receipt: "Bill to Bill" Coin receipt: operational storages, additional storages 1 e.6.1 Software package: Premium Painting: Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (grey) Additional painting "P" effect Standard analogue intercom Base

E. - 7 VMA

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 11/89

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Type: PKA 32 Media: Side stripe cards, RF transponder cards, payment cards Banknote receipt: "Bill to Bill" Coin receipt: operational storages, additional storages 1 e.7.1 Software package: Premium Painting: Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (grey) Additional painting "P" effect Standard analogue intercom Base

E. 8 - PS Vukov spomenik

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Type: PKA 32 Media: Side stripe cards, RF transponder cards, payment cards Banknote receipt: "Bill to Bill" e.8.1 Coin receipt: operational storages, additional storages Software package: Premium 1 Painting: Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (grey) Additional painting "P" effect Standard analogue intercom Base

F. 1 - MFPS Masarikova

Manual collection POS - R PC hardware and Entervo software Type: Entervo - POS-R f.1.1 Media: Side stripe Software package: Premium 1 Validation of side stripe card Validation of RF transponder card

G. 1 - MFPS Masarikova - LR Change in calculation of subscription additional payment Software change involves use on all the facilities of the 1 G.1.1 PUC PARKING SERVIS that have Entervo installation. Note: The description of the desired changes may be found as an attachment in the tender documentation. G. 2 - MFPS Masarikova - LR Adding of items: - discount for the disabled G.2.1 Adding of items for the approval of a specified period of 1 free parking to this group of users.

Adding of items - discount for parents with children and pregnant women 1 G.2.2 Adding of items for the approval of a specified period of free parking to this group of users.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 12/89

Adding of items: - discount for drivers of hybrid vehicles 1 G.2.3 Adding of items for the approval of a specified period of free parking to this group of users.

I. 1 - MFPS Pionirski park IPLS - internal guidance to parking space Manufacturer: Scheidt & Bachmann GmbH 1 i.1.1 PC hardware and Entervo software Type: IPLS J. 1 - PS Karađorđeva NO. Description - EN Quantity

ZR - cellular computer / POS Manufacturer: Scheidt & Bachmann GmbH Type: ZR 30 - Entervo J.1.1 Media: Side stripe 1 Validation of discount Software package: Premium Note: Excluding production unit

Manual collection POS Manufacturer: Scheidt & Bachmann GmbH Type: POS-R Media: Side stripe 1 J.1.2 Software package: Entervo Standard analogue intercom Validation of side stripe card Validation of RF transponder card

Entry card distributor Manufacturer: Scheidt & Bachmann GmbH Type: PGL 30 / S Media: Side stripe Software package: Premium Painting: 1 J.1.3 Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (gray) Additional painting "P" effect Display VGA 5.1 Standard analogue intercom Validation of RF transponder card

Exit Card reader Manufacturer: Scheidt & Bachmann GmbH Type: PL 30 / S Media: Side stripe Software package: Premium Painting: 1 J.1.4 Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (gray) Additional painting "P" effect Display VGA 5.1 Standard analogue intercom Validation of RF transponder card

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 13/89

Barrier Manufacturer: Scheidt & Bachmann GmbH Type: AS 32 Painting: Housing = RAL 1003 (yellow) 2 J.1.5 Additional painting "P" effect Barrier arm grey/yellow Length: 2.95 m Type: Straight Profile: Flat

Intercom J.1.6 Analogue communication 1 The main station for max. 5 substations J. 2 - PP Vukov spomenik (warehouse) NO. Description - EN Quantity

ZR - cellular computer / POS Manufacturer: Scheidt & Bachmann GmbH Type: ZR 30 - Entervo J.2.1 Media: Side stripe 1 Validation of discount Software package: Premium Note: Excluding production unit

Manual collection POS Manufacturer: Scheidt & Bachmann GmbH Type: POS-R Media: Side stripe 1 J.2.2 Software package: Entervo Standard analogue intercom Validation of side stripe card Validation of RF transponder card

Entry card distributor Manufacturer: Scheidt & Bachmann GmbH Type: PGL 30 / S Media: Side stripe Software package: Premium Painting: 1 J.2.3 Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (gray) Additional painting "P" effect Display VGA 5.1 Standard analogue intercom Validation of RF transponder card

Exit Card reader Manufacturer: Scheidt & Bachmann GmbH Type: PL 30 / S Media: Side stripe Software package: Premium Painting: 1 J.2.4 Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (gray) Additional painting "P" effect Display VGA 5.1 Standard analogue intercom Validation of RF transponder card

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 14/89

Barrier Manufacturer: Scheidt & Bachmann GmbH Type: AS 32 Painting: Housing = RAL 1003 (yellow) 2 J.2.5 Additional painting "P" effect Barrier arm grey/yellow Length: 2.95 m Type: Straight Profile: Flat

Intercom J.2.6 Analogue communication 1 The main station for max. 5 substations

K.1 - MFPS Zeleni venac NO. Description - EN Quantity

Entry card distributor Manufacturer: Scheidt & Bachmann GmbH Type: PGL 30 / S Media: Side stripe Software package: Premium Painting: 1 k.1.1 Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (gray) Additional painting "P" effect Display VGA 5.1 Standard analogue intercom Validation of RF transponder card

Exit Card reader Manufacturer: Scheidt & Bachmann GmbH Type: PL 30 / S Media: Side stripe Software package: Premium Painting: 1 k.1.2 Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (gray) Additional painting "P" effect Display VGA 5.1 Standard analogue intercom Validation of RF transponder card

Barrier Manufacturer: Scheidt & Bachmann GmbH Type: AS 32 Painting: Housing = RAL 1003 (yellow) 2 k.1.3 Additional painting "P" effect Barrier arm grey/yellow Length: 2.45 m Type: Refraction arm Profile: Flat

K.2 - MFPS Masarikova NO. Description - EN Quantity

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 15/89

Entry card distributor Manufacturer: Scheidt & Bachmann GmbH Type: PGL 30 / S Media: Side stripe Software package: Premium Painting: 1 k.2.1 Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (gray) Additional painting "P" effect Display VGA 5.1 Standard analogue intercom Validation of RF transponder card

Exit Card reader Manufacturer: Scheidt & Bachmann GmbH Type: PL 30 / S Media: Side stripe Software package: Premium Painting: 1 k.2.2 Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (gray) Additional painting "P" effect Display VGA 5.1 Standard analogue intercom Validation of RF transponder card

Barrier Manufacturer: Scheidt & Bachmann GmbH Type: AS 32 Painting: Housing = RAL 1003 (yellow) 2 k.2.3 Additional painting "P" effect Barrier arm grey/yellow Length: 2.45 m Type: Refraction arm Profile: Flat

K.3 - MFPS Pionirski park NO. Description - EN Quantity

Entry card distributor Manufacturer: Scheidt & Bachmann GmbH Type: PGL 30 / S Media: Side stripe Software package: Premium Painting: 2 k.3.1 Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (gray) Additional painting "P" effect Display VGA 5.1 Standard analogue intercom Validation of RF transponder card

Exit Card reader Manufacturer: Scheidt & Bachmann GmbH Type: PL 30 / S Media: Side stripe Software package: Premium Painting: 3 k.3.2 Housing = RAL 1003 (yellow) Operating elements = RAL 7043 (gray) Additional painting "P" effect Display VGA 5.1 Standard analogue intercom Validation of RF transponder card

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 16/89

Barrier Manufacturer: Scheidt & Bachmann GmbH Type: AS 32 Painting: Housing = RAL 1003 (yellow) 5 k.3.3 Additional painting "P" effect Barrier arm grey/yellow Length: 2.45 m Type: Refraction arm Profile: Flat

L. 1 - MFPS Pionirski park

Validator of RF transponder and side stripe cards Manufacturer: Scheidt & Bachmann GmbH L.1.1 Type: reader/writer 2 Media: RF transponder and side stripe cards Door opening

L. 2 - PS Vukov spomenik

Validator of RF transponder and side stripe cards Manufacturer: Scheidt & Bachmann GmbH L.2.1 Type: reader/writer 3 Media: RF transponder and side stripe cards Door opening

M.1 - LPR MFPS Pionirski park NO. Description - EN Quantity m.1.1 Smart LPR camera 5 m.1.2 Standard communication with the external LPR system 5 Software license for communication with the external m.1.3 1 system m.1.4 ICP processor for image processing 1 m.1.5 Configuration of ICP processor 1 Standard communication with the external LPR system m.1.6 Software license "Image Overview" 1 m.1.7 Software license "Subscribers" 1 m.1.8 Software license "Fast Exit" 1 m.1.9 Software license "Lost Card" 1 m.1.10 Software license "Card Mismatch" 1 M.2 - LPR PS Donji grad NO. Description - EN Quantity m.2.1 Smart LPR camera 4 m.2.2 Standard communication with the external LPR system 4 Software license for communication with the external m.2.3 1 system m.2.4 ICP processor for image processing 1 m.2.5 Configuration of ICP processor 1 Standard communication with the external LPR system m.2.6 Software license "Image Overview" 1 m.2.7 Software license "Subscribers" 1 m.2.8 Software license "Fast Exit" 1 m.2.9 Software license "Lost Card" 1 m.2.10 Software license "Card Mismatch" 1

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 17/89

M.3 - LPR MFPS Dr. Aleksandra Kostića NO. Description - EN Quantity m.3.1 Smart LPR camera 2 m.3.2 Standard communication with the external LPR system 2 Software license for communication with the external m.3.3 1 system m.3.4 ICP processor for image processing 1 m.3.5 Configuration of ICP processor 1 Standard communication with the external LPR system m.3.6 Software license "Image Overview" 1 m.3.7 Software license "Subscribers" 1 m.3.8 Software license "Fast Exit" 1 m.3.9 Software license "Lost Card" 1 m.3.10 Software license "Card Mismatch" 1 M.4 - LPR PS Čukarica NO. Description - EN Quantity m.4.1 Smart LPR camera 2 m.4.2 Standard communication with the external LPR system 2 Software license for communication with the external m.4.3 1 system m.4.4 ICP processor for image processing 1 m.4.5 Configuration of ICP processor 1 Standard communication with the external LPR system m.4.6 Software license "Image Overview" 1 m.4.7 Software license "Subscribers" 1 m.4.8 Software license "Fast Exit" 1 m.4.9 Software license "Lost Card" 1 m.4.10 Software license "Card Mismatch" 1 M.5 - LPR PP Novi Beograd NO. Description - EN Quantity m.5.1 Smart LPR camera 2 m.5.2 Standard communication with the external LPR system 2 Software license for communication with the external m.5.3 1 system m.5.4 ICP processor for image processing 1 m.5.5 Configuration of ICP processor 1 Standard communication with the external LPR system m.5.6 Software license "Image Overview" 1 m.5.7 Software license "Subscribers" 1 m.5.8 Software license "Fast Exit" 1 m.5.9 Software license "Lost Card" 1 m.5.10 Software license "Card Mismatch" 1 M.6 - LPR MFPS Milan Gale Muškatirović NO. Description - EN Quantity m.6.1 Smart LPR camera 4 m.6.2 Standard communication with the external LPR system 4 Software license for communication with the external m.6.3 1 system m.6.4 ICP processor for image processing 1 m.6.5 Configuration of ICP processor 1 Standard communication with the external LPR system m.6.6 Software license "Image Overview" 1

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 18/89 m.6.7 Software license "Subscribers" 1 m.6.8 Software license "Fast Exit" 1 m.6.9 Software license "Lost Card" 1 m.6.10 Software license "Card Mismatch" 1 M.7 - LPR PS Cvetkova pijaca NO. Description - EN Quantity m.7.1 Smart LPR camera 4 m.7.2 Standard communication with the external LPR system 4 Software license for communication with the external m.7.3 1 system m.7.4 ICP processor for image processing 1 m.7.5 Configuration of ICP processor 1 Standard communication with the external LPR system m.7.6 Software license "Image Overview" 1 m.7.7 Software license "Subscribers" 1 m.7.8 Software license "Fast Exit" 1 m.7.9 Software license "Lost Card" 1 m.7.10 Software license "Card Mismatch" 1 M.8 - PR PS Botanička bašta NO. Description - EN Quantity m.8.1 Smart LPR camera 2 m.8.2 Standard communication with the external LPR system 2 Software license for communication with the external m.8.3 1 system m.8.4 ICP processor for image processing 1 m.8.5 Configuration of ICP processor 1 Standard communication with the external LPR system m.8.6 Software license "Image Overview" 1 m.8.7 Software license "Subscribers" 1 m.8.8 Software license "Fast Exit" 1 m.8.9 Software license "Lost Card" 1 m.8.10 Software license "Card Mismatch" 1 M.9 - LPR PS VMA NO. Description - EN Quantity m.9.1 Smart LPR camera 6 m.9.2 Standard communication with the external LPR system 6 Software license for communication with the external m.9.3 1 system m.9.4 ICP processor for image processing 1 m.9.5 Configuration of ICP processor 1 Standard communication with the external LPR system m.9.6 Software license "Image Overview" 1 m.9.7 Software license "Subscribers" 1 m.9.8 Software license "Fast Exit" 1 m.9.9 Software license "Lost Card" 1 m.9.10 Software license "Card Mismatch" 1

N. 1 - MFPS Obilićev venac

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 19/89

Validator of RF transponder and side stripe cards Manufacturer: Scheidt & Bachmann GmbH Type: reader/writer 1 N.1.1 Media: RF transponder and side stripe card Change of tariffs and parking fee collection 4 inputs and outputs

O. 1 - PS Politika External info panel 1 Double-sided 2 x LED - display o.1.1 3 digits Backlight Dimensions: 1500 x 1000 mm Communication with Entervo system O. 2 - PS Kamenička External info panel 1 Double-sided 2 x LED - display o.2.1 3 digits Backlight Dimensions: 1500 x 1000 mm Communication with Entervo system O. 3 - PS Čukarica External info panel 1 Double-sided 2 x LED - display o.3.1 3 digits Backlight Dimensions: 1500 x 1000 mm Communication with Entervo system O. 4 - PS Karađorđeva External info panel Double-sided 2 x LED - display o.4.1 3 digits 1 Backlight Dimensions: 1500 x 1000 mm Communication with Entervo system O. 5 - PS Viška External info panel 1 Double-sided 2 x LED - display o.5.1 3 digits Backlight Dimensions: 1500 x 1000 mm Communication with Entervo system O. 6 - PS Botanička bašta External info panel 1 Double-sided 2 x LED - display o.6.1 3 digits Backlight Dimensions: 1500 x 1000 mm Communication with Entervo system O. 7 - PP Novi Beograd

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 20/89

External info panel 1 Double-sided 2 x LED - display o.7.1 3 digits Backlight Dimensions: 1500 x 1000 mm Communication with Entervo system O. 8 – Warehouse Vukov spomenik External info panel 5 Single-sided LED - display o.8.1 3 digits Backlight Dimensions: 1300 x 400 mm Communication with Entervo system O. 9 - PS Viška External info panel 5 Single-sided LED - display o.9.1 3 digits Backlight Dimensions: 1300 x 400 mm Communication with Entervo system O. 10 - PS Slavija External info panel 1 Single-sided LED - display o.10.1 3 digits Backlight Dimensions: 1300 x 400 mm Communication with Entervo system O. 11 - PS Cvetkova pijaca External info panel 1 Single-sided LED - display 3 digits Backlight o.11.1 Dimensions: 1300 x 400 mm Communication with Entervo system

O. 12 - PS Vukov spomenik 3 External info panel Single-sided LED - display o.12.1 3 digits Backlight Dimensions: 1300 x 400 mm Communication with Entervo system O. 13 - MFPS Masarikova External info panel Single-sided LED - display 2 o.13.1 3 digits Backlight Dimensions: 900 x 300 mm

Data concentrator (multiplexer) CPU computer panel o.13.2 Detector for detecting of passage of vehicles in both 2 directions (4 channels) Cabinet for wall installation o.13.3 Set of materials for inductive loop 8

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 21/89

P. 1 - PS Ada ciganlija Validator of RF transponder cards Manufacturer: Scheidt & Bachmann GmbH Type: reader/writer 2 p.1.1 Media: RF transponder card Validation of subscribers Barrier control

SPARE PARTS

R. 1 - MFPS Obilićev venac Item Item Type number r.1. COINDISTRIBUTOR Replace 04212500 4 1 MV20 ment r.1. Replace MKV20K-PKA 04269810 35 2 ment r.1. Replace MKT 04350070 15 3 ment r.1. EMBEDDED VI Replace 04347400 4 4 LX800 ment r.1. PCB.ASS.CONNECTI 03607800 New 2 5 ON BOARD r.1. COIN STORE RS/96 04249950 New 6 6 SA- 12 5,-din. r.1. COIN STORE RS/96 04268270 New 6 7 SA- 12 10,-din. r.1. COIN STORE RS/96 04268280 New 6 8 SA- 12 20,-din. DETECTOR (double r.1. detector) 24V 51027260 New 3 9 VEKM2H BARRIER ARM 2.5M r.1. KNICKBAUM 86996460 New 5 10 SILVER/YELLOW BARRIER ARM 3M r.1. FLAT 86824820 New 10 11 SILVER/YELLOW USB CONVERTER r.1. BOX “TYPE 2” WITH 04274600 New 7 12 BARRIER CONNECTION

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 22/89 r.1. RETROFIT KIT 5,7 04380090 New 10 13 DISPLAY FOR PGL30 RETROFIT KIT LCD r.1. 12" CPL FOR PKA 04344660 New 5 14 LQ 121DG41 LVSD II PKA DOUBLE LOOP r.1. DETECTOR (old 04412500 New 5 15 type) r.1. EMBEDDED LC-II 04362600 New 5 16 LX800 r.1. KEYBOARD POS-PH 51030940 New 6 17 CPL. r.1. POWER PACK SL20 04247000 New 5 18 III r.1. PCP.ASS.NT RSTE 20 04349300 New 3 19 II r.1. PCB.ASS.ZC-GVA 04232650 New 4 20 CPL. 256K CONNECTION r.1. BACKBOARD FOR 04409420 New 4 21 PKA20 CONNECTION r.1. BACKBOARD FOR 04204180 New 4 22 PKA20 READ and WRITE r.1. HEAD WITH METAL 04235520 New 10 23 SHIELD CUSTOMER r.1. DISPLAY WITH 2*20 51805390 New 5 24 DIGITS THREADED BOLT r.1. 8*170 NIRO 04211900 New 20 25 M8*30/M8LH*35 r.1. TENSION ROPE 04213120 New 5 26 L=914 r.1. PC POWER PACK 04252430 New 2 27 NT-20 PP/4 PH PCB.ASS.CONNECTI r.1. ON BOARD+POWER 04237580 New 2 28 SUPPLY COIN ACCEPTOR V2 r.1. EAGLE PAR. 04391590 New 3 29 EUR/RSD-SERBIAN PIT BASE FOR RF r.1. WITH ANTENNA 04355120 New 5 30 PGL/PL TRANSPONDER FOR r.1. HOPPER 5, 10, 20 81008140 New 15 31 RSD

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 23/89

SLC 20 II r.1. TRANSPONDER 04333860 New 7 32 READ/WRITE STATION r.1. KAMERA 51804240 New 2 33 SMARTLPR ACCES r.1. BNV/BNA B2B BILL- 51028420 New 2 34 TO-BILL RETROFIT BANKNOTE r.1. DISPANSER “BILL- 04316370 New 2 35 TO-BILL” WITH 4 CASSETES r.1. PCB.ASS.CONN- 36 BOARD 6CS 03608520 New 4 WITH TRANSPONDER r.1. BRACKET WITH 04216370 New 20 37 TRANSPONDER

CONTACTLESS RF PARKING CARDS

S. 1 - Contactless RF transponder cards with printing – Multi-floor parking space Obilićev venac

RF transponder card - Entervo Format: 85.6 mm x 54.0 x (0.76 to 1) mm Material: PVC s.1.1 Chip type: HITAG version 6000 Coil size: Length: 60-80 mm Width: 35-48 mm

S. 2 Contactless RF transponder cards without printing – Multi-floor parking space Obilićev venac

RF transponder card - Entervo Format: 85.6 mm x 54.0 x (0.76 to 1) mm Material: PVC s.2.1 Chip type: HITAG version 500 Coil size: Length: 60-80 mm Width: 35-48 mm

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 24/89

BID PRICE, PAYMENT METHOD AND BID VALIDITY PERIOD: Bid price for the underlying goods shall be expressed in dinars (RSD) or euros (EUR) excluding VAT, whereas the prices expressed in euros (EUR) shall be, for the purpose of bid evaluation and ranking, converted into dinars at the middle exchange rate of the National Bank of Serbia applicable on the day of the bid opening. The price shall not include any related costs: the costs of import customs clearance and other import charges, VAT, freight charges, insurance of goods in transit, etc., which shall be borne by the Contracting Authority. Packaging costs shall be borne by the Supplier. The Contracting Authority shall bear the costs of returning the old parts that are purchased as per "new-for-old" principle.

The Contracting Authority has determined the payment terms as follows: payment per unit prices specified in the Price Structure Form and to the total amount which must not exceed the total value of funds specified in the bid form. The Contracting Authority shall effect payments in dinars (RSD) or euros (EUR) subject to the currency of the bid, in the following manner:  30% in advance, of the total contract value for all goods supplied - which shall be paid immediately upon the presentation of the Advance Payment Refund Guarantee;  remaining 70% - upon the completion of the relevant delivery, within 10 days upon signing the Final Qualitative and Quantitative Acceptance Protocol and the receipt of the invoice by the Supplier.

Bidders shall issue separate invoices for the following items specified in the Price Structure Form:

1. for contactless RF parking cards; 2. for spare parts; 3. for components for the upgrade of the system for vehicle entry and exit control and parking charge collection on PUC Parking Service installa- tions;

The payment method is the requirement set out by the Contracting Authority in its Tender Documents that must be observed within the scope of the bid and as the future contractual obligation since it is an integral part of the Model Contract that is to be concluded with the selected Bidders upon the completion of the public procurement procedure. In accordance with Article 90 of the Public Procurement Law, bid validity period as requested by the Contracting Authority shall be at least 90 days from the bid opening date. Bids with shorter validity period than herein stated as well as the bids without specified validity period, shall be rejected as non-responsive. In case of the expiration of the bid validity period, the Contracting Authority may solicit in writing the Bidder’s consent to the extension of the bid validity period. The Bidder that has granted the request for the extension of bid validity period will not be permitted to modify its bid.

DELIVERY METHOD AND DEADLINE: Deadline for the delivery and performance of services shall be specified in the Bid Form in terms of calendar days. The delivery of the respective goods shall be effected as delivery on two occasions. The subject goods shall be delivered on FCA basis. The Bidder shall hand over subject goods properly packed with lawful export and other documents to the carrier as provided by the Contracting Authority to transport the goods to the Contracting Authority warehouse at the address Mostarska petlja bb in Belgrade. The maximum period of delivery of contactless RF parking cards shall not be longer than 30 days, and the maximum period of delivery of spare parts and equipment for system

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 25/89 upgrade shall not be longer than 90 days from the date of conclusion of the contract. Due to the quantity of the equipment, the delivery of spare parts and equipment for system upgrade may be carried out with two or more trucks. The deadline for delivery of respective goods is an essential contract element and the failure to observe the specified deadline shall be the reason for unilateral termination of contract by the Contracting Authority and collection of security instruments covering good performance as set out in the Tender Documents and Model Contract.

QUALITATIVE AND QUANTITATIVE ACCEPTANCE OF THE GOODS, CONTROL EXECUTION METHOD, WARRANTY FOR THE DELIVERED GOODS AND CLAIMS: The Bidder selected under the respective public procurement undertakes to deliver the underlying goods in all in compliance with the requirements – technical characteristics (specifications) specified by the Contracting Authority in the Tender Documents, applicable standards intended for this kind of goods and to provide good quality goods in the original packaging material. Upon the arrival of the goods at the Contracting Authority facilities in Belgrade, the authorized persons of the Contracting Authority shall establish whether the goods supplied are in all in compliance with the specifications and terms and conditions specified in the accepted bid whereof the Final Qualitative and Quantitative Acceptance Protocol shall be drawn and submitted to the selected Bidder for signature and verification. The day when both parties sign the Protocol, shall be deemed as the date when the selected Bidder has fulfilled its contractual obligations in terms of delivery.

The Bidders shall grant warranty period – warranty for the quality of the respective goods that shall be at least the same as warranty granted by the manufacturer. The Contracting Au- thority requires Warranty period for the goods delivered as per "new for old" principle for a period of 2 months, for new spare parts 6 months, and for the other components for the system upgrade system and automation at installations 12 months . All the war- ranty periods shall commence on the date of the effected goods delivery, that is, qualitative and quantitative acceptance approved by signing the Final Qualitative and Quantitative Ac- ceptance Protocol.

Within warranty period the Bidder is obliged to act according to the notice of complaint lodged by the Contracting Authority at its own expense and within 60 days and to replace the faulty goods with overhauled ones for use with the consent of the Contracting Authority or new ones, in which case the respective warranty period for the replaced parts (overhauled for use or new parts) shall run anew from the date of the effected replacement, but it ends at the latest with the expiration of the warranty period of the installed system.

If, upon the receipt of the respective goods, the Contracting Authority establishes that they do not comply with the terms and conditions as set by the Contracting Authority in the Tender Documents and the accepted bid or the delivered goods are defective, the Contracting Au- thority shall draw up the Notice of Complaint requiring established defects to be rectified or delivery of new goods all in accordance with the contract obligations.

TERM WITHIN WHICH THE CONTRACT WITH THE SELECTED BIDDER FOR GOODS SHALL BE CONCLUDED: The Contracting Authority shall submit Contract on Public Pro- curement to the Bidder who was awarded the contract, within 8 (eight) days from the day of expiry of the deadline for filing the Request for the protection of rights referred to in Article 149 of the Public Procurement Law. In case that only one bid has been submitted, the Con- tracting Authority may conclude the contract before the expiry of the deadline for the submis- sion of the request for the protection of rights in accordance with Article 112 Paragraph 2 Item 5) of the Public Procurement Law. If the Bidder who was awarded the contract refuses Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 26/89 to sign the public procurement contract, the Contracting Authority shall award the contract to the next most favourable Bidder.

FINANCIAL INSTRUMENTS AS SECURITY FOR THE FULFILLMENT OF CONTRACTU- AL OBLIGATIONS: As regards the submission of financial instruments as the security for the fulfilment of the contractual obligations, the Bidders shall, during the stage of the bid sub- mission, fill in, sign and seal the Bidder’s Statement made under penalty of perjury, which is an integral part of the Tender Documents, whereby they undertake to submit on the day of contract conclusion, and not later than 10 days after the entry into force of the Contract, as follows:

a) Advance Payment Refund Guarantee – an original bank guarantee for advance payment refund, in the amount of the requested advance payment (advance payment in the amount of 30% of the total value of the Contract), without which the amount of the advance payment shall not be paid, with the validity period which is at least 30 days beyond the deadline for the fulfilment of the contractual obligations, i.e. beyond the date of the effected delivery of the relevant goods.

b) Performance Bond - an original bank guarantee, in the amount of 5% of the total value of the Contract excluding VAT with the validity period which is at least 30 days beyond the deadline for the fulfilment of the contractual obligations (i.e. beyond the date of the last effected delivery of the relevant goods). The Contracting Authority is entitled to enforce the said guarantee in the event that the Bidder selected as the most favourable, does not fulfil in whole or in part its contractual obligations or does not fulfil them in the manner and within the deadline as stipulated in the Contract, as well as in the case of the termination of the Contract.

In addition to the above mentioned obligations, the Bidders shall, during the stage of the bid submission, fill in, sign and seal the Bidder’s Statement made under penalty of perjury, which is an integral part of the Tender Documents, whereby they undertake to submit on the day of the second delivery of the relevant goods, the following:

c) Defect Liability/Maintenance Bond – an original bank guarantee in the amount of 5% of the total value of the Contract excluding VAT with the validity period which is at least 30 days beyond the expiration of the warranty period for the effected delivery (taking into account the longest warranty period granted by the Bidder for the goods being the subject of the delivery).

The above stated bank guarantees are the contractual obligations for the Bidder and there- fore if they fail to present them as mentioned above it shall be deemed that the selected Bid- der has failed to fulfil its contractual obligations. The Contracting Authority shall be entitled to enforce the said bank guarantees in case that the Supplier fails to fulfil its contractual obliga- tion in whole or in part and in case of the contract termination. Upon the fulfilment of the Bid- der’s contractual obligations, the financial security instrument shall be returned upon the written request sent by the Bidder. If the deadlines for the fulfilment of the contractual obliga- tions are changed during the term of the contract, the Bidder shall provide the extension of the validity of the security instruments. Note: If the registered office of the Bidder is located in a state abroad, the Contract- ing Authority shall request the translation of the said financial instruments provided as the security for the fulfilment of the contractual obligations (bank guarantees) into Serbian and certified by the authorized sworn-in court translator.

CRITERION FOR BID EVALUATION: The Contracting Authority has opted for the criterion of THE LOWEST BID PRICE in accordance with Article 85, Paragraph 1, Item 2 of the Public

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 27/89

Procurement Law. Alternative criterion – if upon the analysis and evaluation of the bids, two or more responsive bids have been ranked as equal, based on the element of the lowest bid price, the Contracting Authority shall select among them the bid with longer validity period.

THE REQUIREMENTS FOR THE PARTICIPATION IN PUBLIC PROCUREMENT PROCEDURE UNDER ARTICLE 75 AND 76 OF THE PUBLIC PROCUREMENT LAW AND THE INSTRUCTIONS ON HOW TO PROVE THE FULFILMENT OF THESE REQUIREMENTS

The participation in the public procurement procedure is open to bidders that meet mandatory requirements for eligibility to participate in the procedure under Article 75 of the Public Procurement Law (the PPL), additional requirements under Article 76 of the PPL, set forth by the Contracting Authority in its Tender Documents in accordance with The Public Procurement Law which are eliminatory, that is, failure to comply with them makes the bid non-responsive. Bidders shall prove the eligibility for the participation in the procedure in the manner as set forth by the Contracting Authority in this Instructions that are an integral part of the Tender Documents, by submitting statements given in the forms prescribed by the Contracting Authority and relevant proofs pursuant to Article 77 of the PPL.

REQUIREMENTS FOR THE PARTICIPATION IN THE PROCEDURE UNDER ARTICLE 75 AND 76 OF THE LAW ON PUBLIC PROCUREMENT WITH Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 28/89

INSTRUCTIONS ON THE METHOD OF PROVING THE FULLFIMENT OF THESE REQUIREMENTS:

1. The Bidder shall be registered with the competent authority, that is, its business is entered in the relevant register:

Proof if the Bidder is a legal person: 1) An excerpt from the Register kept by the Business Registers Agency, that is, an excerpt from the Register kept by the Competent Commercial Court (Institution). Proof if the Bidder is an entrepreneur: 1) An excerpt from the Register kept by the Business Registers Agency, that is, an excerpt from the relevant register. * The Bidder is not required to present this proof, if the registration data are publicly available on the website of the Agency and the Court. ** The Bidder shall submit the said proof for its subcontractor/s as well, that is, all members of the joint bid/consortium shall provide it separately. *** The said evidence shall be submitted in a simple photocopy, regardless of the date of issue.

2. That the Bidder or its legal representative have not been convicted of any criminal act as members of an organized criminal group nor of commercial criminal offence, criminal offence against environment, criminal offence of receiving or offering bribe or criminal offence of fraud.

Proof for a legal person: - An excerpt from the criminal records or certificate issued by the Basic Court in the area of which the office of local legal person, that is, the seat of the representative of- fices or of a branch of a foreign legal entity is registered, which confirms that the leg- al person has not been convicted of commercial criminal offence, criminal offence against environment, criminal offense of receiving or giving bribes, criminal offence of fraud. If the certificate issued by the Basic Court does not provide the information from the criminal records for criminal acts within the jurisdiction of the ordinary crim- inal department of the Higher Court, then apart from the certificate issued by the Ba- sic Court, Bidders shall submit a certificate issued by the Higher Court within the area of which the local legal person has its registered office, that is, representative offices or a branch, which confirms that the Bidder (legal person) has not been con- victed of the above mentioned criminal offences within the competence of the Higher Court.

- An excerpt from the criminal records of the Special department for organized crime of the Higher Court in Belgrade, confirming that the legal person has not been con- victed of any of the criminal acts of organized crime.

- An excerpt from the criminal records, that is, a certificate issued by the competent police department of the Ministry of Interior confirming that the Bidder's legal repres- entative has not been convicted of commercial criminal offence, criminal offence against environment, criminal offence of receiving or offering bribe, criminal offence of fraud or some criminal acts of organized crime (the request may be submitted by place of birth or the place of residence of the legal representative). If the Bidder has

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 29/89 more than one legal representative, it is required to submit proof determined by the Contracting Authority for each of them.

Proof if the Bidder is an entrepreneur or a natural person: - An excerpt from the criminal records, that is, a certificate issued by the competent police department of the Ministry of Interior that confirms that it has not been convicted of any criminal act as a member of an organized criminal group and commercial criminal offence, criminal offence against environment, criminal offence of receiving or offering bribe and criminal offence of fraud. The request may be submitted by place of birth or the place of residence of the Bidder. * This proof shall not be older than two months before the date of bid opening. ** The said proof shall be provided by the Bidder for its subcontractor/s, that is, each member of the joint bid/consortium is required to submit such a proof. *** In case of bid submitted by a legal person, this proof is required both for a legal person and for its legal representative; **** If more than one legal representative has been registered with the Business Registers Agency, the required proofs shall be provided for each legal representative separately. ***** The said proof shall be submitted in a simple photocopy.

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

Proof for either a legal person, an entrepreneur or a natural person: The certificates issued by Tax Administration of the Ministry of Finance and Economy are required as a proof that the due tax liabilities and contributions have been settled and the certificates of the competent local authorities that the Bidder has settled its liabilities arising from the original local public revenues or a certificate of the Privatization Agency that the Bidder is in the process of privatization. * This proof may not be older than two months before the bid opening.

** The Bidder is required to submit such proof for its subcontractor/s as well, that is, each member of the joint bid/consortium is required to submit such a proof. *** The said proof shall be submitted in a simple photocopy.

4. The Bidder shall expressly indicate when preparing its bid that it has observed any and all statutory obligations set forth in the applicable regulations governing safety at work, employment, conditions at work and environmental protection and that it has no ban on performing the activity which is in effect at the time of bid submission (Article 75, Paragraph 2 of the Law).

Proof: for either a legal person, an entrepreneur or a natural person:

- Filled in, signed and sealed Bidder’s Statement made under penalty of perjury in accordance with Article 75, Paragraph 2, Item 2 of the Public Procurement Law which is an integral part of the Tender Documents. If the bid is submitter as

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 30/89

a joint bid, the said Statement has to be signed and sealed by the authorized persons of each Bidder of such joint bid/consortium.

ADDITIONAL REQUIREMENTS:

REQUIREMENTS FOR THE PARTICIPATION IN THE PUBLIC PROCUREMENT PROCEDURE UNDER ARTICLE 76 OF THE PUBLIC PROCUREMENT LAW WITH INSTRUCTIONS ON THE METHOD OF PROVING THE FULLFIMENT THESE REQUIREMENTS:

5. That the Bidder fulfils the requirements on business capacities, namely:

5.1 Requirement: Bidder’s total revenue generated from sales / delivery of the goods being the subject of the public procurement, is minimum RSD 125,000,000.00 (excluding VAT), equivalent to aggregate EURO amount of 1,000,000.00, over the period of 3 (three) years: 2014, 2015 and 2016.

Proof: Filled in, signed and sealed Statement required within Tender Documents, alongside with proofs confirming the stated data such as: filled in, signed and sealed Reference List Form on the form provided by the Contracting Authority in the Tender Documents that contains information about previous Contracting Authorities and revenue generated from sales / deliveries of the goods being the subject of the present procurement

The Contracting Authority reserves the right to check the proofs provided.

6. The Contracting Authority requires from the Bidder to provide financial in- struments as security for the fulfilment of contractual obligations:

As for the submission of financial instruments as the security for the fulfilment of the contractual obligations, the Bidders shall, during the stage of the bid submission, fill in, sign and seal the Bidder's Statement made under penalty of perjury, which is an integral part of the Tender Documents, whereby they undertake to submit on the day of contract conclusion, and not later than 10 days after the entry into force of the Contract, as follows:

a) Advance Payment Refund Guarantee – an original bank guarantee for the advance payment refund, in the amount of the requested advance payment (advance payment in the amount of 30% of the total value of the Contract), without which the amount of the advance payment shall not be paid, with the validity period which is at least 30 days beyond the deadline for the fulfilment of the contractual obligations, that is, beyond the date of the effected delivery of the relevant goods.

b) Performance Bond - an original bank guarantee, in the amount of 5% of the total value of the Contract excluding VAT with the validity period which is at least 30 days beyond the deadline for the fulfilment of the contractual oblig- ations (i.e. beyond the date of the last effected delivery of the relevant goods). The Contracting Authority is entitled to enforce the said bank guarantee in the Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 31/89

event that the Bidder selected as the most favourable, does not fulfil in whole or in part its contractual obligations or does not fulfil them in the manner and within the deadline as stipulated in the Contract, as well as in the case of the termination of the Contract.

In addition to the above mentioned obligations, the Bidders shall, during the stage of the bid submission, fill in, sign and seal the Bidder's Statement made under pen- alty of perjury, which is an integral part of the Tender Documents, whereby they undertake to submit on the day of the final delivery of the relevant goods, the fol- lowing:

c) Defect Liability/Maintenance Bond – an original bank guarantee in the amount of 5% of the total value of the Contract excluding VAT with the validity period which is at least 30 days beyond the expiration of the warranty period for the effected delivery (taking into account the longest warranty period gran- ted by the Bidder for the goods being the subject of the delivery).

The above stated bank guarantees are the contractual obligations for the Bidder and therefore if they fail to present them as mentioned above it shall be deemed that the selected Bidder has failed to fulfil its contractual obligations. The Contracting Authority shall be entitled to enforce the said bank guarantees in case that the Supplier fails to fulfil its contractual obligation in whole or in part and in case of the contract termination. Upon the fulfilment of the Bidder’s contractual obligations, the financial security instrument shall be returned upon the written request sent by the Bidder. If the deadlines for the fulfilment of the contractual obligations are changed during the term of the contract, the Bidder shall provide the extension of the validity of the security instruments. Note: If the registered office of the Bidder is located in a state abroad, the Contracting Authority shall request the translation of the said financial instruments provided as the security for the fulfilment of the contractual obligations (bank guarantees) into Serbian and certified by the authorized sworn-in court translator.

If the Bidder submits a bid with a subcontractor, in accordance with Article 80 of the Law, the subcontractor must meet the mandatory requirements referred to in Article 75, Paragraph 1, Items 1), 2 and 4) of the Law.

If the bid is submitted by a consortium, each Bidder from the consortium must meet the mandatory requirements referred to in Article 75 Paragraph 1 Items 1), 2 and 4) of the Law, and additional requirements shall be met together (collectively).

The above mentioned documents which are used to prove the Bidder's compliance with mandatory requirements shall be submitted as uncertified photocopies and prior to the decision on contract award the Contracting Authority may require from the Bidder whose bid on the basis of the report of the Public Procurement Committee has been evaluated as the most favourable, to present the original or certified copies of all or some of the proofs.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 32/89

If the Bidder fails to submit the original of, or certified copies of the requested proofs in the given reasonable period which shall not be shorter than five days, the Contracting Authority shall reject its bid as non-responsive.

The Bidders entered in the register kept by the Business Registers Agency are not obliged to submit proofs referred to in Article 75, Paragraph 1, Item 1) An excerpt from the register kept by the Business Registers Agency, which is publicly available on the website of the Business Registers Agency.

The Bidders entered in the register kept by the Business Registers Agency are not obliged to submit the proof referred to in Article 75, Paragraph 1, Items 1), 2 and 4), which is publicly available on the website of the Business Registers Agency – Register of Bidders.

The Contracting Authority may not reject bid as non-responsive if it does not contain proof prescribed by the Tender Documents, if the Bidder has stated in its bid website at which the data requested within the requirements are publicly available.

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

If the Bidder has its registered office located in some other foreign country, the Contracting Authority may verify whether the documents by which the Bidder proves its eligibility are issued by the competent authorities of the said country. If the Bidder could not provide requested documents within the deadline for the bid submission because they could not be issued by the time of bid submission under the regulations of the country in which the Bidder has its seat and if it has accompanied its bid with a proper proof thereof, the Contracting Authority shall allow such Bidder to subsequently submit the requested documents within a reasonable time. If the state in which the Bidder has its registered office does not issue proofs referred to in Article 77 of this Law, the Bidder may submit with its bid its written statement instead, made under penalty of perjury and verified by the court or competent authority, public notary or other competent authority of that country.

The Bidder is obliged to promptly notify the Contracting Authority in writing of any change in relation to the fulfilment of requirements from the public procurement procedure, which may occur by the time of the decision-making, that is, the conclusion of the contract, or during the term of the contract on public procurement, and to document it in a prescribed manner.

INSTRUCTIONS TO BIDDERS ON BID PREPARATION

1. The Bid and all related correspondence exchanged between the Bidder and the Contracting Authority shall be submitted in Serbian (except for prospectuses and/or technical documents, if any, that may be in Serbian or English). Any document submitted in a foreign language shall be translated and certified by a sworn-in court translator.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 33/89

2. The Bidder shall submit the bid directly or by post in a closed envelope or a parcel, closed in a way that when opening it can be determined with certainty that it has been opened for the first time. The back of the envelope shall contain the name and address of the Bidder. In case the bid is submitted by a consortium, it is advisable to indicate on the envel- ope that the bid is submitted by a consortium and list the names and addresses of all participants in a joint bid. The bid shall be submitted to the following address: PUC »Parking service« (Belgrade, 27 Kneza Višeslava Street - SRC "Pionirski grad"), with a label stating: "Bid for the public procurement of goods - spare parts and components for S & B system upgrade for vehicle entry and exit control and parking charge collection at PUC "Parking Service" installations, PP number VN-01-D-40/17 - DO NOT OPEN". The Bid shall be considered as timely if received by the Contracting Authority by March 6, 2017 by 11.00. Upon the receipt of a certain bid, the Contracting Authority shall mark the time of the receipt on the envelope, or a parcel containing the bid and record the bid number and date in order of bids’ arrival. If the bid has been delivered directly, the Contracting Authority shall issue to the Bidder a certificate of bid receipt. The certificate of bid receipt shall include date and time of the bid receipt. Any bid not received by the Contracting Authority within the period set for the bid submission, that is, the bid received after the expiry of day and hour by which the bids could be submitted, shall be considered untimely. The public opening of the bids shall be conducted on the same day, that is, March 6, 2017, at 1 p.m., in the premises of the Contracting Authority - Belgrade, 27 Kneza Višeslava Street - SRC "Pionirski grad".

3. The procurement is not formed by lots.

4. Bid validity period shall not be shorter than 90 days from the date of bid opening.

5. Bid variants are not allowed.

6. Within the deadline for bid submission, the Bidder may modify, amend or revoke its bid in a way determined for bid submission. The Bidder shall clearly indicate which part of the bid shall be amended, that is, which documents shall be subsequently delivered. Modification, supplement or revocation of the bid shall be submitted to the following address: (Belgrade, 27 Kneza Višeslava Street - SRC "Pionirski grad "), with a label stating: "Bid modification for the public procurement no. VN-01-D-40/17 - DO NOT OPEN" or "Bid supplement for the public procurement no. VN-01-D-40 / 17- DO NOT OPEN" or "Bid revocation for the public procurement no. VN-01-D-40 / 17- DO NOT OPEN" or "Bid amendment for the public procurement no. VN-01-D-40/17 - DO NOT OPEN". Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 34/89

The back of the envelope or the parcel shall contain the name and address of the Bidder. In case the bid is submitted by a consortium, it is advisable to indicate on the envelope that the bid is submitted by a consortium and list the names and addresses of all participants in a joint bid. After the deadline for bid submission the Bidder can- not revoke or modify its bid.

7. Bidder may submit only one bid. The bidder who submits a bid independently may not simultaneously participate in a joint bid or as a subcontractor, nor may the same person participate in more than one joint bid. Bidder shall state the manner of bid submission, or whether the bid is submitted independently or as a joint bid, or as a bid with a subcontractor.

8. If Bidder submits a bid with a subcontractor, the said shall indicate that the bid is submitted with a subcontractor, the percentage of the total value of the procurement that will be entrusted to the subcontractor, which may not be greater than 50%, as well as part of the procurement subject that shall be performed through a subcon- tractor.

Bidder shall state the name and the seat of a subcontractor in the Bid Form if partial performance of the procurement shall be entrusted to the subcontractor.

If the public procurement contract has been concluded between the Contracting Authority and the Bidder who submits the bid with a subcontractor, such subcontractor shall be stated in the public procurement contract. Bidder shall submit proofs of fulfilment of the requirements specified in the Tender Documents for subcontractors, in accordance with the Instructions on how to prove the fulfilment of requirements. Bidder shall be fully liable to the Contracting Authority for the execution of public procurement procedure obligations, that is, the performance of contract obligations, regardless of the number of subcontractors. Bidder shall allow the Contracting Authority, upon the latter’s request, access to the subcontractor for the purpose of establishing the compliance with the requirements.

9. Bid may be submitted by a consortium. An integral part of the joint bid is an agreement which is binding upon the Bidders from the consortium both between them and toward the Contracting Authority in terms of the performance of the public procurement and which comprises as follows:

1) information about the member of the consortium who will be the contractor i.e. the one who submits Bid and who will represent the group of Bidders before the Contracting Authority; 2) description of assignments of each member of the consortium related to the performance of the contract.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 35/89

The consortium is required to submit all proofs of compliance with the requirements set out in the Tender Documents, in accordance with the Instructions on how to prove the fulfilment of requirements. Bidders from a consortium shall have unlimited joint and several liability towards the Contracting Authority. The cooperative may submit a bid independently, on its own behalf and for its members or a joint bid on behalf of its members. If the cooperative submits a bid on its own behalf, the said and its members shall be responsible for the obligations referred to in the public procurement and public procurement contract in accordance with law. If the cooperative submits a joint bid on behalf of its members, the members have unlimited joint and several liability in terms of the obligations referred to in the public procurement and public procurement contract.

10. METHOD AND TERM OF PAYMENT, WARRANTY PERIOD AS WELL AS OTHER CIRCUMSTANCES UPON WHICH BID RESPONSIVENESS DEPENDS

10.1. The method (term) of payment: The Contracting Authority shall specify terms of payment as follows: payment per unit prices specified in the Price Structure Form, up to an aggregate amount that may not exceed the total value of funds as reported in the context of the bid form. The Contracting Authority shall effect payments in dinars (RSD) or euros (EUR) subject to the currency of the bid, in the following manner:  30% in advance, of the total contract value for all goods supplied - which shall be paid immediately upon the presentation of the Advance Payment Refund Guarantee;  remaining 70% - upon the completion of the relevant delivery, within 10 days from signing the Final Qualitative and Quantitative Acceptance Protocol and the receipt of the invoice by the Supplier.

10.2. Warranty period: The Bidders shall grant warranty period – warranty for the quality of the respective goods that shall be at least the same as warranty granted by the manufacturer. The Contracting Authority requires Warranty period for the goods delivered as per "new for old" principle for a period of 2 months, for new spare parts 6 months, and for the other components for the system upgrade system and automation at installations 12 months. All the warranty periods shall commence on the date of the effected goods delivery, that is, qualitative and quantitative acceptance approved by signing the Final Qualitative and Quantitative Acceptance Protocol. 10.3. Method and deadline of the delivery of goods: Deadline for delivery and performance of services shall be specified in the Bid Form in terms of calendar days. The delivery of the respective goods shall be effected as delivery on two occasions. The respective goods shall be delivered on FCA basis. Bidder shall hand over respective goods properly packed with lawful export and other documents to the carrier as provided by the Contracting Authority to transport the goods to the Contracting Authority warehouse at the address Mostarska petlja bb in Belgrade. The maximum period of delivery of contactless RF parking cards shall not be longer than 30 days, and the maximum period of delivery of spare parts and equipment

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 36/89 for system upgrade shall not be longer than 90 days from the date of conclusion of the contract. Due to the quantity of the equipment, the delivery of spare parts and equipment for system upgrade may be carried out with two or more trucks. The deadline for delivery is an essential contract element and the failure to observe the specified deadline shall be the reason for unilateral termination of contract by the Contracting Authority and collection of security instruments covering good performance as set out in the Tender Documents and Model Contract.

10.4. Bid validity period shall not be shorter than 90 days from the date of bid opening. In the case of the expiry of the bid, the Contracting Authority is obliged to request from the Bidder in writing the extension of the bid validity period. The Bidder who accepts the request for the extension of bid validity period may not modify its bid.

11. Bid price for the underlying goods shall be expressed in dinars (RSD) or euros (EUR) excluding VAT, whereas the price expressed in euros (EUR) shall be, for the purpose of bid evaluation and ranking, converted into dinars at the middle exchange rate of the National Bank of Serbia applicable on the day of the bid opening. The price shall not include any related costs: the costs of import customs clearance and other import charges, VAT, freight charges, insurance of goods in transit, etc., which shall be borne by the Contracting Authority. Packaging costs shall be borne by the Supplier. The Contracting Authority shall bear the costs of returning the old parts that are purchased as per "new-for-old" principle. The price is fixed and shall not be changed. If the bid presents an unusually low price, the Contracting Authority shall act in accordance with Article 92 of the Law.

12. Any additional information or clarification related to the bid preparation may be requested by interested persons only in writing [by post sent to the address of the Contracting Authority - Belgrade, 27 Kneza Višeslava Street – SRC "Pionirski grad", by email sent to [email protected]] (as well as to point out potential defects and irregularities in the tender documents), at the latest 5 days before the expiry of the bid submission deadline. The Contracting Authority shall within 3 (three) days as of the date of receipt of the request publish the response on the Public Procurement Portal, the Public Procurement Portal of the city of Belgrade and on its own website. Any additional information or clarification / potentially identified defects and irregularities in the Tender Documents shall be addressed with a note: "Request for additional information or clarifications of tender documents / possibly identified defects and irregularities of tender documents, in the open procedure of the public procurement, PP no. VN-01-D-40/17." Requesting additional information or clarifications in connection with the bid preparation by telephone is not allowed. Communication in the procurement procedure shall be carried out only in the manner specified by Article 20 of the Law.

13. After bid opening, the Contracting Authority may, upon the expert assessment of bids request in writing additional explanations from Bidders that will help in the

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 37/89 review, evaluation and comparison of bids, and may control (inspect) the bidder or its subcontractor (Article 93 of the Law). If the Contracting Authority determines that additional clarification is needed or necessary to control (inspect) the Bidder, or its subcontractor, the Contracting Authority shall leave the Bidder appropriate deadline to comply with the Contracting Authority's call or to allow the Contracting Authority to control (inspect) the Bidder, as well as its subcontractor. The Contracting Authority may, upon the consent of the Bidder, correct computing errors noticed in the course of examining the bid after the bid opening procedure is completed. In case of difference between unit and total price, the unit price shall apply. If the Bidder does not agree with the correction of computing errors, the Contracting Authority shall reject its bid as non-responsive.

14. FINANCIAL INSTRUMENTS AS SECURITY FOR THE FULFILLMENT OF CONTRACTUAL OBLIGATIONS: As regards the submission of financial instruments as the security for the fulfilment of the contractual obligations, the Bidders shall, during the stage of the bid submission, fill in, sign and seal the Bidder’s Statement made under penalty of perjury, which is an integral part of the Tender Documents, whereby they undertake to submit on the day of contract conclusion, and not later than 10 (ten) days after the entry into force of the Contract, as follows:

a) Advance Payment Refund Guarantee – an original bank guarantee for the advance payment refund, in the amount of the requested advance pay- ment (advance payment in the amount of 30% of the total value of the Con- tract), without which the amount of advance payment shall not be paid, with the validity period which is at least 30 days beyond the deadline for the fulfil- ment of the contractual obligations, that is, beyond the date of the effected de- livery of the relevant goods.

b) Performance Bond - an original bank guarantee, in the amount of 5% of the total value of the Contract excluding VAT with the validity period which is at least 30 days beyond the deadline for the fulfilment of the contractual ob- ligations (i.e. beyond the date of the effected delivery of the relevant goods). The Contracting Authority is entitled to enforce the said guarantee in the event that the Bidder selected as the most favourable, does not fulfil in whole or in part its contractual obligations or does not fulfil them in the manner and within the deadline as stipulated in the Contract, as well as in the case of the termin- ation of the Contract. In addition to the above mentioned obligations, the Bidders shall, during the stage of the bid submission, fill in, sign and seal the Bidder’s Statement by made under penalty of perjury, which is an integral part of the Tender Documents, whereby they undertake to submit on the day of the second delivery of the relevant goods, the following:

c) Defect Liability/Maintenance Bond – an original bank guarantee in the amount of 5% of the total value of the Contract excluding VAT with the validity period which is at least 30 days beyond the expiration of the warranty

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 38/89

period for the effected delivery (taking into account the longest warranty peri- od granted by the Bidder for the goods being the subject of the delivery).

The above stated bank guarantees are the contractual obligations for the Bidder and therefore if they fail to present them as mentioned above it shall be deemed that the selected Bidder has failed to fulfil its contractual obligations. The Contracting Author- ity shall be entitled to enforce the said bank guarantees in case that the Supplier fails to fulfil its contractual obligation in whole or in part and in case of the contract termin- ation. Upon the fulfilment of the Bidder’s contractual obligations, the financial security instrument shall be returned upon the written request sent by the Bidder. If the dead- lines for the fulfilment of the contractual obligations are changed during the term of the contract, the Bidder shall provide the extension of the validity of the security in- struments. Note: If the registered office of the Bidder is located in a state abroad, the Contracting Authority shall request the translation of the said financial instru- ments provided as the security for the fulfilment of the contractual obligations (bank guarantees) into Serbian and certified by the authorized sworn-in court translator.

15. This public procurement does not contain confidential information that is made available by the Contracting Authority.

16. The selection of the most favourable bid shall be made in accordance with the criterion of THE LOWEST BID PRICE.

17. If two or more bids have the lowest bid price, the most favourable bid shall be the one with longer validity period.

18. The Bidder shall submit a statement within its bid made under penalty of perjury stating that it has observed any and all statutory obligations set forth in the applicable regulations governing safety at work, employment, conditions at work and environmental protection and that it has no ban on performing the activity which is in effect at the time of bid submission (Statement form is an integral part of Tender Documents).

19. Fee for patent use and liability for violation of protected intellectual property rights of third parties shall be borne by the Bidder.

20. Bid shall contain: Bid Form – Cover page, Basic information about the Bidder; Basic information about the subcontractor (in case of bid submission with a subcon- tractor), Basic information about the member of the joint bid (in case of a joint bid), Statement by members of a consortium submitting a joint bid (in case of a joint bid), Form of Bidder's Statement on the fulfilment of the additional requirements for the participation in the procedure in accordance with Article 76; Reference List Form; Form of Bidder’s Statement on Warranty period; Bid form, Form of Bid preparation costs (optional), Statement on an independent bid, Form of the Statement on the ful- filment of obligations referred to in Article 75, Paragraph 2 of the PPL, Form of State- ment on Financial instrument as security in case of the conclusion of the contract, Model Contract, Price structure form, proofs of meeting the requirements specified in the section of Tender Documents entitled "Requirements for the participation in pub- Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 39/89 lic procurement procedure under Article 75 and 76 of the Law and Instructions on how to prove compliance with these requirements."

21. The process of protecting the rights is regulated by Articles 138 to 167 of the PPL ("The Official Gazette of the Republic of Serbia" No. 142/2012, 14/15 and 68/15). The request for the protection of rights may be submitted by the Bidder, that is, an interested party, that has an interest in the award of contract, in particular public procurement procedure and who has suffered or could suffer damage due to the actions of the Contracting Authority contrary to the provisions of this law, within the deadlines and in the manner prescribed by the PPL. The request for the protection of rights shall be submitted to the Contracting Authority, and a copy shall be simultaneously submitted to the Republic Commission. The request shall be sent: directly, by post (exclusively to the address of the Contracting Authority Belgrade, 27 Kneza Višeslava Street, SRC "Pionirski grad" – THE CONTRACTING AUTHORITY'S ARCHIVE), with a label stating for the public procurement number VN-01-D-40/17 – REQUEST FOR THE PROTECTION OF RIGHTS); by e-mail or fax (to the number 011/222-8028). Applicant filing the request for the protection of rights shall have confirmation of receipt of the request by the Contracting Authority, and if the request is submitted by post, it must be sent by registered mail with a return receipt. The request for the protection of rights challenging the type of procedure, contents of the invitation to bid or tender documents, shall be considered timely filed if received by the Contracting Authority at the latest 7 (seven) days before the expiry of the deadline for the submission of bids, regardless of the manner of delivery and if the applicant has indicated potential defects and irregularities to the Contracting Authority in compliance with Article 63, Paragraph 2 of the PPL, and the Contracting Authority has not rectified the said. (If the request for the protection of rights is filed in the course of the seventh day, however before the bid submission deadline, whereby the bid submission day is not included in the term of seven days, the request must be received by the Contracting Authority within its working hours, from 7:30 a.m. to 3:30 p.m., regardless of the manner of submission). After the Decision on Contract Awarding and Decision on Cancellation of the Public Procurement Procedure, the deadline for filing the Request for the Protection of Rights is 10 (ten) days as of the day of publishing the decision on the Public Procurement Portal. The request for the protection of rights shall produce legal effect for the Contracting Authority, if submitted in writing within the specified terms in the manner prescribed by the Contracting Authority, in the Tender Documents, and in accordance with the PPL. The request for the protection of rights shall not challenge the acts of the Contracting Authority taken in the procurement procedure if the applicant was or could have been aware of the reasons for its submission before the deadline for bid submission, and the applicant had not submitted it before that deadline. If the request for the protection of rights has been submitted by the same applicant in the same procurement procedure, this request shall not challenge actions of the Contracting Authority of which the applicant was or could have been aware when submitting the previous request. The Contracting Authority shall publish a notice on the request for the protection of rights on the Public Procurement Portal and the website no later than two days from the date of receipt of the request for the protection of rights.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 40/89

Applicant filing the request for the protection of rights (if the request for the protection of rights is submitted before bid opening) shall pay a fee to a specified account of the Budget of the Republic of Serbia in the amount of 250,000.00 dinars, account number 840-30678845-06, reference number - the number or designation of public procurement VN01D0417, beneficiary "Budget of the Republic of Serbia“, purpose of the payment "RPR fee; name of the Contracting Authority; number or designation of the public procurement – VN01D0417". If the request for the protection of rights is filed after bid opening, the applicant filing the request for the protection of rights is obliged to make a payment to the budget of the Republic of Serbia, of the fee in the amount of 0.1% of the estimated value of the public procurement, that is, the bid price of the bidder to whom the contract is awarded, to the account number 840- 30678845-06, reference number - the number or designation of public procurement VN01D0417, beneficiary "Budget of the Republic of Serbia“, purpose of the payment "RPR fee; name of the Contracting Authority; number or designation of the public procurement – VN01D0417".

For more detailed instruction on the payment of fee can be found by clicking on the following link - http://www.kjn.gov.rs/ci/uputstvo-o-uplati-republicke-administrativne- takse.html.

22. The public procurement contract shall be submitted to the bidder who is awarded the contract within 8 days from the expiry of the deadline for the submission of the requests for the protection of rights. In case only one bid is submitted, the Contracting Authority may conclude the contract before the deadline for submission of the requests for the protection of rights, in accordance with Article 112, Paragraph 2, Item 5) of the PPL.

These instructions constitute an integral part of Tender Documents.

THE CONTRACTING AUTHORITY:

PUC "PARKING SERVICE" BELGRADE

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 41/89

Republic of Serbia – 11000 Belgrade, 7 Kraljice Marije

BID FORMS WITH APPENDIXES

FOR THE PUBLIC PROCUREMENT OF GOODS - SPARE PARTS AND COMPONENTS REQUIRED FOR THE UP- GRADE OF S&B SYSTEM FOR VEHICLE ENTRY AND EXIT CONTROL, AND PARKING CHARGE COLLECTION AT PUC "PARKING SERVICE" FACILITIES

PUBLIC PROCUREMENT – OPEN PROCEDURE

PROCUREMENT NUMBER VN-01-D-40/17

- Belgrade, 2017 -

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 42/89

THE CONTRACTING AUTHORITY: Public Utility Company for public garages and parking lots "PARKING SERVIS"

7 Kraljice Marije Street, 11000 Belgrade (bid shall be addressed to the Contracting Authority : PUC "Parking service" Belgrade, 27 Kneza Višeslava – SRC "Pionirski grad", Archive)

BIDDER ______

______insert the method of participation: independently / with a subcontractor / joint bid

BID

FOR THE PUBLIC PROCUREMENT OF GOODS - SPARE PARTS AND COMPONENTS REQUIRED FOR THE UP- GRADE OF S&B SYSTEM FOR VEHICLE ENTRY AND EXIT CONTRO AND PARKING CHARGE COLLECTION AT PUC "PARKING SERVICE" FACILITIES

PUBLIC PROCUREMENT – OPEN PROCEDURE

PROCUREMENT NUMBER VN-01-D-40/17

In ______, on ______.

L.S.

BIDDER (LEADING MEMBER OF THE JOINT BID): ______(authorized person’s signature)

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 43/89

BASIC INFORMATION ABOUT THE BIDDER

Bidder's name ______

Organization form and ownership form ______

Bidder's registered address ______(place, street and number, and municipality) Mailing address (if different from the Bidder's registered address) ______(place, street and number, and municipality) Contact person ______

Code and name of the main business activity ______

Telephone numbers ______

Fax number and e-mail ______

Company ID number ______

Current account number ______

with ______

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

TIN ______

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

Yes No (circle)

Date ______L.S. BIDDER (Leading member of the joint bid): ______(authorized person's signature)

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 44/89

BASIC INFORMATION ABOUT THE SUBCONTRACTOR

Subcontractor's name ______

Organization form and ownership form ______

Subcontractor's registered address ______(place, street and number, and municipality) Mailing address (if different from the Subcontractor's registered address) ______(place, street and number, and municipality) Contact person ______

Code and name of the main business activity ______

Telephone numbers ______

Fax number and e-mail ______

Company ID number ______

Current account number ______

with ______

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

TIN ______

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

Yes No (circle)

Date ______L.S. BIDDER ______(authorized person's signature)

Note: This form shall be filled out in case of engagement of a subcontractor. Otherwise, the form shall be submitted unfilled and unsigned or it shall not be submitted.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 45/89

BASIC INFORMATION OF THE MEMBER OF THE JOINT BID

Bidder's name ______

Organization form and ownership form ______

Bidder's registered address ______(place, street and number, and municipality) Mailing address (if different from the Bidder's registered address) ______(place, street and number, and municipality) Contact person ______

Code and name of the main business activity ______

Telephone numbers ______

Fax number and e-mail ______

Company ID number ______

Current account number ______

with ______

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

TIN ______

Date ______

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

Yes No (circle)

L.S. (LEADING MEMBER OF THE JOINT BID): ______(authorized person's signature)

Note: If several members participate in a joint bid, this form shall be reproduced and filled out for each member, and it shall be filled out in the event of a joint bid. Otherwise, the form shall be submitted unfilled and unsigned or it shall not be submitted.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 46/89

STATEMENT BY THE MEMBRS OF THE CONSORTIUM SUBMITTING A JOINT BID

We hereby declare that we submit a joint bid in the public procurement procedure no. VN-01-D-40/17, as a consortium committed to joint execution of procurement and for which we shall bear joint and several liability. The leading member of a joint bid shall be: ______(name, registered address, TIN, ID no., representative)

______(SIGNED BY THE AUTHORIZED LEADING MEMBER OF A JOINT BID)

The leading member is authorized to, on our behalf and for our benefit, sign the bid with the required price and the defined elements, as well as other appendixes and forms included in Tender Documents for the relevant public procurement. Mutual relations of all the members of a joint bid in the execution of the procurement shall be regulated by a special act (agreement on joint participation), which shall accompany the joint bid. By signing this statement, authorized leading member of a joint bid confirms that it accepts the authorization given by members of the consortium submitting a joint bid.

NAME AND ADDRESS NAME AND SURNAME OF AUTHORIZED PERSON'S OF THE MEMBER OF THE AUTHORIZED SIGNATURE AND SEAL No. THE CONSORTIUM PERSON OF THE OF THE MEMBER OF THE CONSORTIUM CONSORTIUM

1.

2.

Date______LEADING MEMBER OF A JOINT BID:

L.S. ______(Authorised person's signature)

Note: The form may be reproduced depending on the number of members of a joint bid, or a consortium, and the said shall be filed out only in the event of a joint bid (otherwise the form shall not be submitted).

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 47/89

STATEMENT ON THE FULFILLMENT OF ADDITIONAL REQUIREMENTS UNDER ARTICLE 76 OF THE PPL IN AN OPEN PROCEDURE OF THE PUBLIC PROCUREMENT OF GOODS– SPARE PARTS AND COMPONENTS REQUIRED FOR THE UPGRADE OF S&B SYSTEM FOR VEHICLE ENTRY AND EXIT CONTRO AND PARKING CHARGE COLLECTION AT PUC "PARKING SERVICE" INSTALLATIONS PROCUREMENT NUMBER VN-01-D-40/17

Pursuant to Article 77 of the PPL, under penalty of perjury, as a representative of the bidder, I hereby make the following

S T A T E M E N T Bidder ______from ______Address: ______, Identification number: ______fulfils conditions under Article 76 of the PPL in the open procedure of public procurement of goods – procurement of spare parts and components needed for the upgrade of S&B system for vehicle entry and exit control and parking charge collection on PUC "Parking service" Belgrade installations, namely that:

1. the Bidder fulfils the requirements in terms of business capacity, namely:

а) Bidder’s total revenue generated from sales / delivery of the goods being the subject of the public procurement, is minimum RSD 125,000,000.00 (excluding VAT), equivalent to aggregate EURO amount of 1,000,000.00, over the period of 3 (three) years: 2014, 2015 and 2016.

Note: Proof of fulfilment of the above: for item 1 a) apart from this statement, filled in, signed and sealed Form of List of References on the form provided by the Contracting Authority in the Tender Documents that contains information about previous Contracting Authorities and revenue generated from sales/deliveries of the goods being the subject of the present procurement

Date: ______

L.S. BIDDER: (LEADING MEMBER OF A JOINT BID)

______Authorized person's signature

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 48/89

REFERENCE LIST FORM

PUBLIC PROCUREMENT NUMBER VN-01-D-40/17

Under penalty of perjury, and in the capacity of the bidder, ______(insert the name and registered address), we hereby confirm that from the sale / delivery of the goods (being the subject of the public procurement), over the previous 3 (three) years – 2014, 2015 and 2016 we generated the revenue in the amount of ______din/EUR (to be filled out) collectively for the aforesaid period (VAT exclusive), which is more than the minimum of 125,000,000.00 dinars, i.e. 1,000,000.00 EUR as requested by the Contracting Authority

Description of the Name of the Date of sale / Value of the goods, goods Contracting Authority delivery VAT exclusive No.

1.

2.

3.

4.

5.

6.

7.

8.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 49/89

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

 The Contracting Authority reserves the right of subsequent verification of all the quotes stated within the reference list form.

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

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

______(authorized person's signature)

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 50/89

S T A T E M E N T OF WARRANTY PERIOD (PERIOD) PUBLIC PROCUREMENT NUMBER VN-01-D-40/17

With this statement, under full material and criminal responsibility, we hereby confirm that, in the case of contract award under this public procurement no. VN-01-D-40/17, Procurement of Goods – Purchase of spare parts and elements for upgrade of S&B System, for control of entrance and exit of vehicles and parking collection in facilities of PUC “Parking Servis” Beograd, which will be delivered twice, Procurement no. VN-01-D-40/17, which is conducted in an open public procurement procedure for the company’s needs, a warranty period will be offered for the goods that we are offer- ing, in the time period in accordance with Contracting Authority’s requirements from the tender documentation.

Warranty period will start from the date of delivery of goods, i.e. qualitative and quantitative acceptance, which is confirmed by signing the Minute on final qualitative and quantitative acceptance.

We confirm with this statement that the delivered goods entirely match and are en- tirely in accordance with Contracting Authority’s requirements from the tender docu- mentation.

During the warranty period, the selected bidder shall act on the Contracting Author- ity’s complaint, within the period of 60 days, at their own expense, and shall replace the goods to which they received complaints with fully repaired goods ready for use, with the contracting authority’s consent, or with new parts, in which case this war- ranty period for replaced parts (repaired for use or new parts) will start from the date of conducted replacement of goods, but it will end no later than upon expiration of warranty period of the installed system.

In case the Contracting Authority determines, after acceptance of relevant goods, that they do not match the terms and requirements of the Contracting Authority from the tender documentation and accepted bid, or that the delivered goods have certain deficiencies, the Contracting Authority shall make a Record of complaint with a re- quest for elimination of determined deficiencies or delivery of new goods, entirely in accordance with contractual obligations.

Date ______

BIDDER L.S. (JOINT BID HOLDER)

______(signature of authorized person)

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 51/89

S T A T E M E N T ОN BIDDERS’ INTENT TO SUBMIT COLLATERALS FOR PERFORMANCE OF CONTRACT IN PUBLIC PROCUREMENT PROCEDURE NO. VN-01-D-40/17

Under full material and criminal responsibility, WE HEREBY DECLARE that, in case you choose our offer as the best, our company shall in its capacity of the elected bidder (name and seat) ______for public procurement of goods in the open procedure for public procurement of goods - spare parts and elements for upgrade of S&B System, for control of entrance and exit of vehicles and parking collection in facilities of PUC “Parking Servis” Beograd, which will be delivered twice, Procurement no. VN-01-D-40/17, for which we are submitting our offer, we shall deliver the following as a collateral for performance of contractual obligations, no later than 10 days from the date of this Contract’s entry into force:

а) advance payment bond – original banking warranty for advance payment refund in the amount of the requested advance (30% advance of the total value of the contract), without which the advance amount will not be paid out, and with a validity period that is at least 30 days longer than the date of fulfilment of contractual obligations, i.e. from the date of delivery of relevant goods; б) performance bond – original banking warranty, for the amount of 5% of total value of the contract, without VAT and with validity period that is at least 30 days longer than the date of fulfilment of contractual obligations (i.e. from the date of the last conducted delivery of relevant goods).

With this statement we also commit ourselves to deliver the following, on the date of final delivery of relevant goods: ц) guarantee for elimination of defects during the warranty period – original banking warranty for the amount of 5% of the total value of the contract, without VAT and with validity period that is at least 30 days longer from the expiration of the warranty period for conducted delivery (the longest warranty period that the bidder offered for goods that are the subject of delivery).

We confirm with this statement that we are aware that these banking warranties represent a contractual obligation, and if they are not delivered in the specified manner, it shall be deemed that the selected bidder failed to meet their contractual obligations. We are aware that the Contracting Authority has the right to activate banking warranties if the bidder failed to meet their contractual obligations entirely or partially, or if they don’t fulfil them in the manner and within deadlines that were agreed, as well as in case of contract termination.

The banking guarantee has to contain the number and name of public procurement – public procurement of goods, spare parts and elements for upgrade of S&B System, Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 52/89 for control of entrance and exit of vehicles and parking collection in facilities of PUC “Parking Servis” Beograd, which will be delivered twice, Procurement no. VN-01-D- 40/17.

Note: if the bidder is based in another country, the Contracting Authority requests that the given collaterals (bank guarantees) must be translated into Serbian and verified by a certified court interpreter.

Date ______BIDDER (JOINT BID HOLDER)

L.S. ______(signature of authorized person)

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 53/89

PRICE STRUCTURE FORM PROCUREMENT NUMBER VN-01-D-40/17

Contracting Authority: PUC “PARKING SERVIS” Belgrade, Kraljice Marije 7

Bidder: ______(Company, seat, address, TIN, Company no., current account, phone, fax)

EQUIPMENT PARTS FOR SYSTEM UPGRADE

A.1 - Upgrade bill to bill - VEPP Obilićev venac Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT

a.1.1 Banknote validator 1 Tip: bill to bill a.1.2 Brackets for mounting devices 1 a.1.3 Front door of automated pay station 1 External door panel with writing in accordance with a.1.4 1 investor’s wishes Validator of RF transponder cards for PKA Manufacturer: Scheidt & Bachmann GmbH a.1.5 Type: Reader/writer 1 Mediums: RF transponder card Installation in device

A.2- Upgrade bill to bill - VEPP Zeleni venac Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT

a.2.1 Banknote validator 1 Tip: bill to bill a.2.2 Brackets for mounting devices 1 a.2.3 Front door of automated pay station 1 External door panel with writing in accordance with a.2.4 1 investor’s wishes Validator of RF transponder cards for PKA Manufacturer: Scheidt & Bachmann GmbH a.2.5 Type: Reader/writer 1 Mediums: RF transponder card Installation in device

A.3- Upgrade bill to bill - VEPP Masarikova Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 54/89

Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT a.3.1 Banknote validator 2 Tip: bill to bill a.3.2 Brackets for mounting devices 2 a.3.3 Front door of automated pay station 2 External door panel with writing in accordance with a.3.4 2 investor’s wishes Validator of RF transponder cards for PKA Manufacturer: Scheidt & Bachmann GmbH a.3.5 Type: Reader/writer 2 Mediums: RF transponder card Installation in device

A.4 - Upgrade bill to bill - VEPP Pionir park Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT a.4.1 Banknote validator 2 Tip: bill to bill a.4.2 Brackets for mounting devices 2 a.4.3 Front door of automated pay station 2 External door panel with writing in accordance with a.4.4 2 investor’s wishes Validator of RF transponder cards for PKA Manufacturer: Scheidt & Bachmann GmbH a.4.5 Type: Reader/writer 2 Mediums: RF transponder card Installation in device

A.5 - Upgrade bill to bill - Vuk’s monument storage Unit price w/o VAT Total value (qty x NO. Description - SRB Quantity unit price) w/o VAT a.5.1 Banknote validator 2 Tip: bill to bill a.5.2 Brackets for mounting devices 2 a.5.3 Front door of automated pay station 2 External door panel with writing in accordance with a.5.4 2 investor’s wishes Validator of RF transponder cards for PKA Manufacturer: Scheidt & Bachmann GmbH a.5.5 Type: Reader/writer 2 Mediums: RF transponder card Installation in device

B.1 - PP VMA Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT

Input card distributor Entervo software 3 b.1.1 Manufacturer: Scheidt & Bachmann GmbH Mediums: RF transponder card

Output card reader Entervo software 3 b.1.2 Manufacturer: Scheidt & Bachmann GmbH Mediums: RF transponder card

C.1 - PP DR. A. Kostića

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 55/89

Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT

Output card reader Manufacturer: Scheidt & Bachmann GmbH Tip: PL 30/S Mediums: Side stripe Software package: Premium Painting: 1 c.1.1 Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Display VGA 5.1 Standard analogue intercom Validation of RF Transponder cards

C.2 - PP Čukarica Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT

Output card reader Manufacturer: Scheidt & Bachmann GmbH Tip: PL 30/S Mediums: Side stripe Software package: Premium Painting: 1 c.2.1 Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Display VGA 5.1 Standard analogue intercom Validation of RF Transponder cards

C.3 - PP Novi Beograd Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT Output card reader Manufacturer: Scheidt & Bachmann GmbH Tip: PL 30/S Mediums: Side stripe Software package: Premium Painting: Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) 1 c.3.1 Additional painting, „P“ effect Display VGA 5.1 Standard analogue intercom Validation of RF Transponder cards

C.4 - PP Milan Gale Muškatirović Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 56/89

Output card reader Manufacturer: Scheidt & Bachmann GmbH Tip: PL 30/S Mediums: Side stripe Software package: Premium Painting: c.4.1 Housing = RAL 1003 (yellow) 2 Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Display VGA 5.1 Standard analogue intercom Validation of RF Transponder cards

D.1 - PP Simpo Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT Manual collection POS Validation of RF Transponder cards for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 1 d.1.1 Type: Reader/writer Mediums: RF transponder card Device in separate housing

External antenna Manufacturer: Scheidt & Bachmann GmbH 1 d.1.2 Type: Reader/writer Mediums: RF transponder card

D.2 - PP Viška Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT Manual collection POS Validation of RF Transponder cards for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 1 d.2.1 Type: Reader/writer Mediums: RF transponder card Device in separate housing

External antenna Manufacturer: Scheidt & Bachmann GmbH 1 d.2.2 Type: Reader/writer Mediums: RF transponder card

D.3 - PP Politika Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT Manual collection POS Validation of RF Transponder cards for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 1 d.3.1 Type: Reader/writer Mediums: RF transponder card Device in separate housing

External antenna Manufacturer: Scheidt & Bachmann GmbH 1 d.3.2 Type: Reader/writer Mediums: RF transponder card

D.4 - PP Karađorđeva Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 57/89

Manual collection POS Validation of RF Transponder cards for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 1 d.4.1 Type: Reader/writer Mediums: RF transponder card Device in separate housing

External antenna Manufacturer: Scheidt & Bachmann GmbH 1 d.4.2 Type: Reader/writer Mediums: RF transponder card

D.5 - PP Kamenička Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT Manual collection POS Validation of RF Transponder cards for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 1 d.5.1 Type: Reader/writer Mediums: RF transponder card Device in separate housing

External antenna Manufacturer: Scheidt & Bachmann GmbH 1 d.5.2 Type: Reader/writer Mediums: RF transponder card

D.6 - PP Kapetanija Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT Manual collection POS Validation of RF Transponder cards for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 1 d.6.1 Type: Reader/writer Mediums: RF transponder card Device in separate housing

External antenna Manufacturer: Scheidt & Bachmann GmbH 1 d.6.2 Type: Reader/writer Mediums: RF transponder card

D.7 - PP Donji grad Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT Manual collection POS Validation of RF Transponder cards for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 2 d.7.1 Type: Reader/writer Mediums: RF transponder card Device in separate housing External antenna Manufacturer: Scheidt & Bachmann GmbH Type: Reader/writer Mediums: RF transponder card d.7.2 2

D.8 - PP Kalemegdan Unit price w/o VAT Total value (qty x unit NO. Description - SRB Quantity price) w/o VAT

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 58/89

Manual collection POS Validation of RF Transponder cards for ZR/POS and POS Manufacturer: Scheidt & Bachmann GmbH 1 d.8.1 Type: Reader/writer Mediums: RF transponder card Device in separate housing

External antenna Manufacturer: Scheidt & Bachmann GmbH 1 d.8.2 Type: Reader/writer Mediums: RF transponder card

E. 1 - PP Dr Aleksandra Kostića Unit price w/o VAT Ukupna vrednost ( Quantity x unit price) NO. Description - SRB Quantity w/o VAT

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Tip: PKA 32 Mediums: Side stripe cards, RF transponder cards, payment cards Bill to Bill banknote receipt Receipt of coins: operative storages, additional storages Software package: Premium Painting: Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Standard analogue intercom Stand 1 e.1.1

E. 2 - PP Botanical garden Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 59/89

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Tip: PKA 32 Mediums: Side stripe cards, RF transponder cards, 1 payment cards e.2.1 Bill to Bill banknote receipt Receipt of coins: operative storages, additional storages Software package: Premium Painting: Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Standard analogue intercom Stand

E. 3 - PP Novi Beograd Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Tip: PKA 32 Mediums: Side stripe cards, RF transponder cards, payment cards Bill to Bill banknote receipt 1 e.3.1 Receipt of coins: operative storages, additional storages Software package: Premium Painting: Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Standard analogue intercom Stand E. 4 - PP Čukarica Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Tip: PKA 32 Mediums: Side stripe cards, RF transponder cards, payment cards Bill to Bill banknote receipt Receipt of coins: operative storages, additional storages Software package: Premium Painting: Housing = RAL 1003 (yellow) 1 Operating elements = RAL 1003 (grey) Additional painting, „P“ effect e.4.1 Standard analogue intercom Stand

E. 5 - Cvetkova pijaca green market Unit price w/o VAT Total value (Quantity x unit price) NO. Description - SRB Quantity w/o VAT

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 60/89

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Tip: PKA 32 Mediums: Side stripe cards, RF transponder cards, payment cards Bill to Bill banknote receipt Receipt of coins: operative storages, additional storages Software package: Premium Painting: 1 Housing = RAL 1003 (yellow) e.5.1 Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Standard analogue intercom Stand

E. 6 - Milan Gale Muškatirović Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Tip: PKA 32 Mediums: Side stripe cards, RF transponder cards, payment cards Bill to Bill banknote receipt Receipt of coins: operative storages, additional storages Software package: Premium Painting: Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Standard analogue intercom Stand

1 e.6.1

E. - 7 VMA Military Medical Academy Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 61/89

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Tip: PKA 32 Mediums: Side stripe cards, RF transponder cards, payment cards 1 Bill to Bill banknote receipt Receipt of coins: operative storages, additional storages Software package: Premium e.7.1 Painting: Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Standard analogue intercom Stand E. 8 - PP Vuk’s monument Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT

Automatic pay station Manufacturer: Scheidt & Bachmann GmbH Tip: PKA 32 1 Mediums: Side stripe cards, RF transponder cards, payment cards Bill to Bill banknote receipt Receipt of coins: operative storages, additional storages e.8.1 Software package: Premium Painting: Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Standard analogue intercom Stand

F. 1 - VEPP Masarikova Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT

Manual collection POS - R PC hardware and Entervo software 1 f.1.1 Type: Entervo - POS-R Mediums: Side stripe Software package: Premium Validation of side stripe cards Validation of RF Transponder cards

G. 1 - VEPP Masarikova - LR Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 62/89

Changes in calculation of subscription supplement Change in software implies the use in all the facilities 1 of PUC Parking Servis, which have the ENTERVO G.1.1 installation. Note: Description of the desired change is attached to the tender documentation G. 2 - VEPP Masarikova - LR Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT

Add item- discount for persons with disabilities 1 Add item that allows a certain period of free parking for this group of users. G.2.1 Add item- discount for parents with children and pregnant women 1 G.2.2 Add item that allows a certain period of free parking for this group of users.

Add item- discount for drivers of hybrid vehicles G.2.3 Add item that allows a certain period of free parking for 1 this group of users.

I. 1 - VEPP Pionir park Unit price w/o VAT Total value NO. Description - SRB Quantity ( Quantity x unit price) w/o VAT

IPLS - indoor parking guidance system 1 i.1.1 Manufacturer: Scheidt & Bachmann GmbH PC hardware and Entervo software Type: IPLS J. 1 - PP Karađorđeva Unit price w/o VAT Total value ( Quantity x unit price) NO. Description - SRB Quantity w/o VAT

ZR - cell computer / POS Manufacturer: Scheidt & Bachmann GmbH Tip: ZR 30 - Entervo J.1.1 Mediums: Side stripe 1 Discount validation Software package: Premium Note: Without production unit

Manual collection POS Manufacturer: Scheidt & Bachmann GmbH Tip: POS-R Mediums: Side stripe 1 J.1.2 Software package: Entervo Standard analogue intercom Validation of side stripe cards Validation of RF Transponder cards

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 63/89

Input card distributor Manufacturer: Scheidt & Bachmann GmbH Tip: PGL 30/S Mediums: Side stripe Software package: Premium Painting: 1 J.1.3 Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Display VGA 5.1 Standard analogue intercom Validation of RF Transponder cards

Output card reader Manufacturer: Scheidt & Bachmann GmbH Tip: PL 30/S Mediums: Side stripe Software package: Premium Painting: 1 J.1.4 Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Display VGA 5.1 Standard analogue intercom Validation of RF Transponder cards

Ramp Manufacturer: Scheidt & Bachmann GmbH Tip: AS 32 Painting: Housing = RAL 1003 (yellow) 2 J.1.5 Additional painting, „P“ effect Ramp arm grey/yellow Length: 2.95m Type: Flat Profile: Flat

Intercom Analogue communication Main station for max. 5 substations

J.1.6 1

J. 2 - PP Vuk’s monument (warehouse) Unit price w/o VAT Total value ( Quantity x unit price) NO. Description - SRB Quantity w/o VAT

ZR - cell computer / POS Manufacturer: Scheidt & Bachmann GmbH Tip: ZR 30 - Entervo J.2.1 Mediums: Side stripe 1 Discount validation Software package: Premium Note: Without production unit

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 64/89

Manual collection POS Manufacturer: Scheidt & Bachmann GmbH Tip: POS-R Mediums: Side stripe 1 J.2.2 Software package: Entervo Standard analogue intercom Validation of side stripe cards Validation of RF Transponder cards

Input card distributor Manufacturer: Scheidt & Bachmann GmbH Tip: PGL 30/S Mediums: Side stripe Software package: Premium Painting: 1 J.2.3 Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Display VGA 5.1 Standard analogue intercom Validation of RF Transponder cards

Output card reader Manufacturer: Scheidt & Bachmann GmbH Tip: PL 30/S Mediums: Side stripe Software package: Premium Painting: 1 J.2.4 Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Display VGA 5.1 Standard analogue intercom Validation of RF Transponder cards

Ramp Manufacturer: Scheidt & Bachmann GmbH Tip: AS 32 Painting: Housing = RAL 1003 (yellow) 2 J.2.5 Additional painting, „P“ effect Ramp arm grey/yellow Length: 2.95m Type: Flat Profile: Flat

Intercom J.2.6 Analogue communication 1 Main station for max. 5 substations

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 65/89

K.1 - VEPP Zeleni venac Unit price w/o VAT Total value ( Quantity x unit price) NO. Description - SRB Quantity w/o VAT

Input card distributor Manufacturer: Scheidt & Bachmann GmbH Tip: PGL 30/S Mediums: Side stripe Software package: Premium Painting: 1 k.1.1 Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Display VGA 5.1 Standard analogue intercom Validation of RF Transponder cards

Output card reader Manufacturer: Scheidt & Bachmann GmbH Tip: PL 30/S Mediums: Side stripe Software package: Premium Painting: 1 k.1.2 Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Display VGA 5.1 Standard analogue intercom Validation of RF Transponder cards

Ramp Manufacturer: Scheidt & Bachmann GmbH Tip: AS 32 Painting: Housing = RAL 1003 (yellow) 2 k.1.3 Additional painting, „P“ effect Ramp arm grey/yellow Length: 2.45m Type: Breakover angle Profile: Flat

K.2 - VEPP Masarikova Unit price w/o VAT Total value ( Quantity x unit price) NO. Description - SRB Quantity w/o VAT

Input card distributor Manufacturer: Scheidt & Bachmann GmbH Tip: PGL 30/S Mediums: Side stripe Software package: Premium Painting: 1 k.2.1 Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Display VGA 5.1 Standard analogue intercom Validation of RF Transponder cards

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 66/89

Output card reader Manufacturer: Scheidt & Bachmann GmbH Tip: PL 30/S Mediums: Side stripe Software package: Premium Painting: 1 k.2.2 Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Display VGA 5.1 Standard analogue intercom Validation of RF Transponder cards

Ramp Manufacturer: Scheidt & Bachmann GmbH Tip: AS 32 Painting: Housing = RAL 1003 (yellow) 2 k.2.3 Additional painting, „P“ effect Ramp arm grey/yellow Length: 2.45m Type: Breakover angle Profile: Flat

K.3 - VEPP Pionir park Unit price w/o VAT Total value ( Quantity x unit price) NO. Description - SRB Quantity w/o VAT

Input card distributor Manufacturer: Scheidt & Bachmann GmbH Tip: PGL 30/S Mediums: Side stripe Software package: Premium Painting: 2 k.3.1 Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Display VGA 5.1 Standard analogue intercom Validation of RF Transponder cards

Output card reader Manufacturer: Scheidt & Bachmann GmbH Tip: PL 30/S Mediums: Side stripe Software package: Premium Painting: 3 k.3.2 Housing = RAL 1003 (yellow) Operating elements = RAL 1003 (grey) Additional painting, „P“ effect Display VGA 5.1 Standard analogue intercom Validation of RF Transponder cards

Ramp Manufacturer: Scheidt & Bachmann GmbH Tip: AS 32 Painting: Housing = RAL 1003 (yellow) 5 k.3.3 Additional painting, „P“ effect Ramp arm grey/yellow Length: 2.45m Type: Breakover angle Profile: Flat

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 67/89

L. 1 - VEPP Pionir park Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT

Validator of RF transponder and side stripe cards L.1.1 Manufacturer: Scheidt & Bachmann GmbH Type: Reader/writer 2 Mediums: RF transponder and side stripe cards Opening of doors L. 2 - PP Vuk’s monument Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT

Validator of RF transponder and side stripe cards Manufacturer: Scheidt & Bachmann GmbH L.2.1 Type: Reader/writer 3 Mediums: RF transponder and side stripe cards Opening of doors

M.1 - LPR VEPP Pionir park Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT m.1.1 Smart LPR camera 5 m.1.2 Standard communication with external LPR system 5 m.1.3 Software licence for communication with external system 1 m.1.4 Photo editing processor ICP 1 m.1.5 Configuration of ICP processor 1 m.1.6 Standard communication with external LPR system 1 Software licence „photo viewing“ m.1.7 Software licence „subscribers“ 1 m.1.8 Software licence „fast exit“ 1 m.1.9 Software licence „lost card“ 1 m.1.10 Software licence „card mismatch“ 1 M.2 - LPR PP Donji grad Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT m.2.1 Smart LPR camera 4 m.2.2 Standard communication with external LPR system 4 m.2.3 Software licence for communication with external system 1 m.2.4 Photo editing processor ICP 1 m.2.5 Configuration of ICP processor 1 m.2.6 Standard communication with external LPR system 1 Software licence „photo viewing“ m.2.7 Software licence „subscribers“ 1 m.2.8 Software licence „fast exit“ 1 m.2.9 Software licence „lost card“ 1 Software licence „card mismatch“ m.2.10 1

M.3 - LPR VEPP Dr. Aleksandra Kostića Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 68/89

Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT m.3.1 Smart LPR camera 2 m.3.2 Standard communication with external LPR system 2 m.3.3 Software licence for communication with external system 1 m.3.4 Photo editing processor ICP 1 m.3.5 Configuration of ICP processor 1 m.3.6 Standard communication with external LPR system 1 Software licence „photo viewing“ m.3.7 Software licence „subscribers“ 1 m.3.8 Software licence „fast exit“ 1 m.3.9 Software licence „lost card“ 1 m.3.10 Software licence „card mismatch“ 1 M.4 - LPR PP Čukarica Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT m.4.1 Smart LPR camera 2 m.4.2 Standard communication with external LPR system 2 m.4.3 Software licence for communication with external system 1 m.4.4 Photo editing processor ICP 1 m.4.5 Configuration of ICP processor 1 m.4.6 Standard communication with external LPR system 1 Software licence „photo viewing“ m.4.7 Software licence „subscribers“ 1 m.4.8 Software licence „fast exit“ 1 m.4.9 Software licence „lost card“ 1 m.4.10 Software licence „card mismatch“ 1 M.5 - LPR PP Novi Beograd Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT m.5.1 Smart LPR camera 2 m.5.2 Standard communication with external LPR system 2 m.5.3 Software licence for communication with external system 1 m.5.4 Photo editing processor ICP 1 m.5.5 Configuration of ICP processor 1 m.5.6 Standard communication with external LPR system 1 Software licence „photo viewing“ m.5.7 Software licence „subscribers“ 1 m.5.8 Software licence „fast exit“ 1 m.5.9 Software licence „lost card“ 1 m.5.10 Software licence „card mismatch“ 1 M.6 - LPR VEPP Milan Gale Muškatirović Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT m.6.1 Smart LPR camera 4 m.6.2 Standard communication with external LPR system 4 m.6.3 Software licence for communication with external system 1 m.6.4 Photo editing processor ICP 1 m.6.5 Configuration of ICP processor 1 m.6.6 Standard communication with external LPR system 1 Software licence „photo viewing“

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 69/89 m.6.7 Software licence „subscribers“ 1 m.6.8 Software licence „fast exit“ 1 m.6.9 Software licence „lost card“ 1 m.6.10 Software licence „card mismatch“ 1 M.7 - LPR PP Cvetkova pijaca Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT m.7.1 Smart LPR camera 4 m.7.2 Standard communication with external LPR system 4 m.7.3 Software licence for communication with external system 1 m.7.4 Photo editing processor ICP 1 m.7.5 Configuration of ICP processor 1 m.7.6 Standard communication with external LPR system 1 Software licence „photo viewing“ m.7.7 Software licence „subscribers“ 1 m.7.8 Software licence „fast exit“ 1 m.7.9 Software licence „lost card“ 1 m.7.10 Software licence „card mismatch“ 1 M.8 - PR PP Botanička bašta Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT m.8.1 Smart LPR camera 2 m.8.2 Standard communication with external LPR system 2 m.8.3 Software licence for communication with external system 1 m.8.4 Photo editing processor ICP 1 m.8.5 Configuration of ICP processor 1 m.8.6 Standard communication with external LPR system 1 Software licence „photo viewing“ m.8.7 Software licence „subscribers“ 1 m.8.8 Software licence „fast exit“ 1 m.8.9 Software licence „lost card“ 1 m.8.10 Software licence „card mismatch“ 1 M.9 - LPR PP VMA Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT m.9.1 Smart LPR camera 6 m.9.2 Standard communication with external LPR system 6 m.9.3 Software licence for communication with external system 1 m.9.4 Photo editing processor ICP 1 m.9.5 Configuration of ICP processor 1 m.9.6 Standard communication with external LPR system 1 Software licence „photo viewing“ m.9.7 Software licence „subscribers“ 1 m.9.8 Software licence „fast exit“ 1 m.9.9 Software licence „lost card“ 1 m.9.10 Software licence „card mismatch“ 1

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 70/89

N. 1 - VEPP Obilićev venac Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT

Validator of RF transponder and side stripe cards 1 Manufacturer: Scheidt & Bachmann GmbH Type: Reader/writer N.1.1 Mediums: RF transponder and side stripe cards Change of tariffs and parking collection 4 entrances and exits

O. 1 - PP Politika Unit price w/o VAT Total value NO. Description - SRB Quantity ( Quantity x unit price) w/o VAT

External information board Double-sided 2 x LED - Display 1 o.1.1 3 digits Backlight Dimensions:1500 x 1000mm Communication with ENTERVO System O. 2 - PP Kamenička Unit price w/o VAT Total value ( Quantity x unit price) w/o VAT NO. Description - SRB Quantity

External information board 1 One-sided LED - Display 3 digits o.2.1 Backlight Dimensions:1500 x 1000mm Communication with ENTERVO System O. 3 - PP Čukarica Unit price w/o VAT Total value ( Quantity x unit price) w/o VAT NO. Description - SRB Quantity

External information board 1 Double-sided 2 x LED - Display o.3.1 3 digits Backlight Dimensions:1500 x 1000mm Communication with ENTERVO System O. 4 - PP Karađorđeva Unit price w/o VAT Total value NO. Description - SRB Quantity ( Quantity x unit price) w/o VAT

External information board One-sided 1 LED - Display 3 digits Backlight o.4.1 Dimensions:1500 x 1000mm Communication with ENTERVO System

O. 5 - PP Viška Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 71/89

Unit price w/o VAT Total value ( Quantity x unit price) NO. Description - SRB Quantity w/o VAT

1 External information board Double-sided o.5.1 2 x LED - Display 3 digits Backlight Dimensions:1500 x 1000mm Communication with ENTERVO System O. 6 - PP Botanical Garden Unit price w/o VAT Total value ( Quantity x unit NO. Description - SRB Quantity price) w/o VAT

External information board 1 Double-sided 2 x LED - Display o.6.1 3 digits Backlight Dimensions:1500 x 1000mm Communication with ENTERVO System O. 7 - PP Novi Beograd Unit price w/o VAT Total value ( Quantity x unit NO. Description - SRB Quantity price) w/o VAT

1 External information board Double-sided o.7.1 2 x LED - Display 3 digits Backlight Dimensions:1500 x 1000mm Communication with ENTERVO System O. 8 – Vuk’s monument storage Unit price w/o VAT Total value ( Quantity x unit NO. Description - SRB Quantity price) w/o VAT

External information board 5 One-sided LED - Display o.8.1 3 digits Backlight Dimensions:1300 x 400mm Communication with ENTERVO System O. 9 - PP Viška Unit price w/o VAT Total value ( Quantity x unit NO. Description - SRB Quantity price) w/o VAT

External information board 5 One-sided LED - Display o.9.1 3 digits Backlight Dimensions:1300 x 400mm Communication with ENTERVO System O. 10 - PP Slavija Unit price w/o VAT Total value NO. Description - SRB Quantity ( Quantity x unit price) w/o VAT

External information board 1 One-sided LED - Display o.10.1 3 digits Backlight Dimensions:1300 x 400mm Communication with ENTERVO System

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 72/89

O. 11 - PP Cvetkova pijaca green market Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT

1 External information board One-sided LED - Display o.11.1 3 digits Backlight Dimensions:1300 x 400mm Communication with ENTERVO System O. 12 - PP Vuk’s monument Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT

External information board 3 One-sided LED - Display o.12.1 3 digits Backlight Dimensions:1300 x 400mm Communication with ENTERVO System O. 13 - VEPP Masarikova Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT

External information board 2 One-sided o.13.1 LED - Display 3 digits Backlight Dimensions:900 x 300mm

Data concentrator (multiplexer) o.13.2 CPU computer 2 Sensor for detecting passage of vehicles in both directions (4 channels) Wall mounting cabinet 8 o.13.3 Set of materials for induction loops

P. 1 - PP Ada Ciganlija Unit price w/o VAT Total value ( Quantity x unit price) w/o NO. Description - SRB Quantity VAT Validator of RF transponder card Manufacturer: Scheidt & Bachmann GmbH Type: Reader/writer p.1.1 Mediums: RF transponder card 2 Validation of subscribers Ramp control

SPARE PARTS

R. 1 - VEPP Obilićev venac Article Article Type Quantity Unit price Total value Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 73/89

w/o VAT (Quantity x unit number price) w/o VAT COINDISTRIBUT r.1.1 04212500 Replacement 4 OR MV20 r.1.2 MKV20K-PKA 04269810 Replacement 35 r.1.3 MKT 04350070 Replacement 15 EMBEDDED VI r.1.4 04347400 Replacement 4 LX800 PCB.ASS.CONNE r.1.5 03607800 New 2 CTION BOARD COIN STORE r.1.6 RS/96 SA- 12 5,- 04249950 New 6 din. COIN STORE r.1.7 RS/96 SA- 12 04268270 New 6 10,-din. COIN STORE r.1.8 RS/96 SA- 12 04268280 New 6 20,-din. DETECTOR (double r.1.9 51027260 New 3 detector) 24V VEKM2H BARRIER ARM 2.5M r.1.10 86996460 New 5 KNICKBAUM SILVER/YELLOW BARRIER ARM r.1.11 3M FLAT 86824820 New 10 SILVER/YELLOW USB CONVERTER r.1.12 BOX “TYPE 2” 04274600 New 7 WITH BARRIER CONNECTION RETROFIT KIT r.1.13 5,7 DISPLAY FOR 04380090 New 10 PGL30 RETROFIT KIT LCD 12" CPL r.1.14 FOR PKA LQ 04344660 New 5 121DG41 LVSD II PKA DOUBLE LOOP r.1.15 DETECTOR (old 04412500 New 5 type) EMBEDDED LC-II r.1.16 04362600 New 5 LX800 KEYBOARD POS- r.1.17 51030940 New 6 PH CPL.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 74/89

POWER PACK r.1.18 04247000 New 5 SL20 III PCP.ASS.NT r.1.19 04349300 New 3 RSTE 20 II PCB.ASS.ZC-GVA r.1.20 04232650 New 4 CPL. 256K CONNECTION r.1.21 BACKBOARD 04409420 New 4 FOR PKA20 CONNECTION r.1.22 BACKBOARD 04204180 New 4 FOR PKA20 READ and WRITE HEAD r.1.23 04235520 New 10 WITH METAL SHIELD CUSTOMER r.1.24 DISPLAY WITH 51805390 New 5 2*20 DIGITS THREADED BOLT 8*170 NIRO r.1.25 04211900 New 20 M8*30/M8LH*3 5 TENSION ROPE r.1.26 04213120 New 5 L=914 PC POWER PACK r.1.27 04252430 New 2 NT-20 PP/4 PH PCB.ASS.CONNE CTION r.1.28 04237580 New 2 BOARD+POWER SUPPLY COIN ACCEPTOR V2 EAGLE PAR. r.1.29 04391590 New 3 EUR/RSD- SERBIAN PIT BASE FOR RF r.1.30 WITH ANTENNA 04355120 New 5 PGL/PL TRANSPONDER r.1.31 FOR HOPPER 5, 81008140 New 15 10, 20 RSD SLC 20 II TRANSPONDER r.1.32 04333860 New 7 READ/WRITE STATION KAMERA r.1.33 51804240 New 2 SMARTLPR ACCES BNV/BNA B2B r.1.34 51028420 New 2 BILL-TO-BILL r.1.35 RETROFIT 04316370 New 2 BANKNOTE

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 75/89

DISPANSER “BILL- TO-BILL” WITH 4 CASSETES PCB.ASS.CONN- BOARD 6CS r.1.36 03608520 New 4 WITH TRANSPONDER BRACKET WITH r.1.37 04216370 New 20 TRANSPONDER

CONTACTLESS RF PARKING CARDS

S. 1 - Contactless RF transponder cards with print - VEPP Obilićev venac Total value NO. Description - SRB Quantity Unit price w/o VAT (Quantity x unit price) w/o VAT

RF transponder card - Entervo Format: 85.6 mm x 54.0 x (0.76 to 1) mm Material: PVC Chip type: HITAG version 6000 s.1.1 Coil size: Length: 60-80mm Width: 35-48mm

S. 2 Contactless RF transponder cards without print - VEPP Obilićev venac- VEPP Obilićev venac Total value NO. Description - SRB Quantity Unit price w/o VAT ( Quantity x unit price) w/o VAT

RF transponder card - Entervo Format: 85.6 mm x 54.0 x (0.76 to 1) mm Material: PVC 500 s.2.1 Chip type: HITAG version Coil size: Length: 60-80mm Width: 35-48mm

1. Total price without VAT for section А ______2. Total price without VAT for section B ______3. Total price without VAT for section C ______4. Total price without VAT for section D ______5. Total price without VAT for section E ______6. Total price without VAT for section F ______7. Total price without VAT for section G ______8. Total price without VAT for section I ______9. Total price without VAT for section J ______10. Total price without VAT for section K ______11. Total price without VAT for section L ______12. Total price without VAT for section M ______13. Total price without VAT for section N ______14. Total price without VAT for section O ______15. Total price without VAT for section P ______16. Total price without VAT for section R ______Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 76/89

17. Total price without VAT for section S ______

Total offered price without VAT (1-17) ______

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

Total with VAT ______(if the Bidder is not a VAT payer, do not fill)

Date: ______

L.S. BIDDER: (JOINT BID HOLDER)

______(signature of authorized person)

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 77/89

INSTRUCTION FOR FILLING OUT THE PRICE STRUCTURE FORM:

The Bidder shall fill out the price structure form in the following manner: . In the last and second to last column of the tables enter the unit price without VAT for each item, as well as total value without VAT (quantity x unit price w/o VAT) for each item; . Under the tables – enter total price without VAT by sections, and at the end, enter total price without VAT, which is the sum of all values of all items without VAT, VAT (if the Bidder is not VAT payer, do not fill), with VAT (if the Bidder is not VAT payer, do not fill)

Bidders are not obligated to submit this instruction as part of the bid.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 78/89

BID FORM

PROCUREMENT NUMBER: VN-01-D-40/17

BIDDER’S NAME REGISTERED OFFICE: STREET AND NUMBER: REGISTRATION NUMBER: TIN: CONTACT PERSON:

1. Total bid price, exclusive of VAT ______

2. VATamount______(not to be filled in if the Bidder is not a VAT payer)

3. Total price inclusive of VAT______(not to be filled in if the Bidder is not a VAT payer)

4. Deadline for delivery of contactless RF parking cards - ______days from the date of conclusion of the Contract (observing the Contracting Authority’s requirement of maximum 30 days from the date of conclusion of the Contract)

5. Deadline for delivery of spare parts and parts of the system upgrade equipment - ______days from the date of conclusion of the Contract (observing the Contracting Authority’s requirement of maximum 30 days from the date of conclusion of the Contract)

6. Terms and conditions of payment:  advance payment amounting to 30% of the total contracted price for all the goods delivered on a “two time” basis – to be paid immediately upon the submission of the advance payment guarantee;  remaining 70% - upon completion of the last delivery, within 10 days from the date of signature of the Record on Final Qualitative and Quantitative acceptance and receipt of the invoice issued by the Supplier.

7. Warranty period: in accordance with the Contracting Authority’s requirements referred to in the Tender Documents

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 79/89

8. Bid validity term ______days (cannot be less than 90 days from the date of bid opening)

9. Place of delivery – takeover – Bidder’s factory (ЕXW delivery terms)

10. Bidding option: ______(independently/with subcontractor/joint bid)

In case of a bid with subcontractor, please provide:

(subcontractor’s name, registration number, TIN, contact person ______

Percentage of total value entrusted to the subcontractor ______

Part of the subject procurement to be performed by subcontractor ______

In case of a joint bid, please provide the names of other participants in the joint bid:

(please provide bidder’s name, registration number, TIN, contact person) ______(please provide bidder’s name, registration number, TIN, contact person)

(please provide bidder’s name, registration number, TIN, contact person)

Date: ______

LS.

BIDDER: (LEADING MEMBER OF THE JOINT BID)

______(authorized person’s signature)

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 80/89

Pursuant to Article 88, Paragraph 1 of the Public Procurement Law, the Bidder ______(name of bidder) hereby attaches to the Bid as follows:

BID PREPARATION COST FORM

For public procurement of services, procurement No. VN-01-D-40/17

Amount VAT Amount No. TYPE OF COSTS exclusive of inclusive of VAT VAT 1. 2. 3. 4.

TOTAL AMOUNT OF BID PREPARATION COSTS

Costs of bid preparation and submission are borne solely by the bidder, and the bidder shall not be entitled to claim cost compensation from the Contracting Authority

In case of cancellation of the public procurement procedure for the reasons attributable to the Contracting Authority, the Contracting Authority shall compensate to the Bidder the costs for preparation of samples or models, provided they have been made in accordance with the technical specifications of the Contracting Authority, and costs of provision of collateral, provided the Bidder has requested compensation of such costs in its bid. If the Bidder fails to fill out the bid preparation cost form, the Contracting Authority shall not be obliged to compensate the costs to the same.

NOTE: Bid Preparation Cost Form is not a mandatory content of the bid and the bidders are not obliged to fill out and deliver the same.

Date______L.S. BIDDER (LEADING MEMBER OF THE JOINT BID) ______(authorized person’s signature)

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 81/89

STATEMENT OF INDEPENDENT BID FORM

Pursuant to Article 26 of the Law, ______,

(Bidder’s name) hereby gives the following:

STATEMENT

OF INDEPENDENT BID

Under full material and criminal liability, I confirm that the bid submitted in the public procurement forgoods – spare parts and components for the upgrade of S&B system for vehicle entry and exit control and parking charge collection on PUC “Parking Servis” installations, procurement number VN-01-D-40/17 was submitted independently, with no agreement with other bidders or interested parties.

Date: L.S. Bidder’s signature

If the bid is submitted by a group of bidders, this Statement must be signed by theauthorized person of each bidder from the group of bidders with their seals affixed hereto.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 82/89

FORM OF STATEMENT OF COMPLIANCE WITH OBLIGATIONS REFERRED TO IN ARTICLE 75, PARAGRAPH 2 OF THE LAW

With regard to Article 75, Paragraph 2 of the Public Procurement Law, acting as the Bidder’s representative, I give the following:

STATEMENT

In public procurement forgoods – spare parts and components for the upgrade of S&B system for vehicle entry and exit control and parking charge collection on PUC “Parking Servis” installations, procurement number VN-01-D-40/17 the Bidder...... [please insert the bidder’s name]has complied with all the obligations arising from the applicable legal regulations governing occupational safety, employment and working conditions, environmental protection and I guarantee that no measure prohibiting the performance of business activities imposed to us is in force at the time of bid submission.

Date Bidder

______L.S. ______

Note: If the bid is submitted by a group of bidders, this Statement must be signed by the authorized person of each bidder from the group of bidders with their seals affixed hereto.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 83/89

MODEL CONTRACT for procurement of goods - spare parts and components for the upgrade of S&B system for vehicle entry and exit control and parking charge collection on PUC “Parking servis” Belgrade installations

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

Entered into by and between:

1. Public Utility Company for Public Garages and Parking Lots “Parking servis”, with its registered seat in Belgrade, Kraljice Marije St. No. 7, mailing address Belgrade, Kneza Višeslava Str. No. 27, represented by the Director, Andrija Čupković, Traffic Management Specialist (hereinafter referred to as the Contracting Authority) Registration number 07046383 TIN 100214228 Current account– 325-9500700036027-75 with OTP banka Srbija a.d. Novi Sad and

2. ______, with registered seat in ______,address______St. No. ______, represented by the Managing Director ______(hereinafter referred to asthe Supplier) Registration number ______TIN ______Current account ______with ______banka a.d.

if the bidder takes part in the bidding process with a subcontractor / as a group of bidders 3. ______, with its registered seat in ______, address______St. No. ______, represented by the Managing Director ______(hereinafter referred to asthe Supplier) Registration number ______TIN ______Current account ______with ______banka a.d. (to be filled in by the Bidder)

The Contracting Parties have agreed as follows:

- Pursuant to Article 32, of the Public Procurement Law (“Off. Gazette RS”, No. 124/12, 14/15 and 68/15), the Contracting Authority, based on the Decision adopted by the Managing Director, No ______dated ______2016, initiated and implemented the open procedure for public procurement of (goods) - spare parts and components for the upgrade of S&B system for vehicle entry and exit control and parking charge collection on Contracting Authority’s installations, procurement no. VN-01-D-40/17, by announcing the Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 84/89

invitation to bid and by posting the bidding documentation on the Public Procurement Portal and on its website on ______.

- at the proposal of the Public Procurement Commission in the aforementioned procedure related to selection of the most favourable bid referred to in the Report no. ______dated ______2017, the Decision on Contract Award no. ______dated ______2017 was adopted accepting the Bid no. ______dated ______2017, submitted by the Bidder– ______, with its registered seat in ______, address ______St. No. ______(not to be filled in by the Bidder).

Article 1 The subject matter of the Contract is the procurement of spare parts, components for the upgrade of S&B system for vehicle entry and exit control and parking charge collection, to be installed on the Contracting Authority’s installations(hereinafter: the Goods),in all respects in accordance with the requirements, specifications and technical characteristics set forth in the Tender Documentation and in the accepted bid submitted by the Supplier, no. ______dated _____ 2017, which constitute an integral part of this Contract (the Contracting Authority’s reference no. of the bid - not to be filled in by the Bidder)

Article 2 For the Goods to be supplied hereunder, the Contracting Authority shall make payments to the Supplier based on the unit prices specified in the Supplier’s bid no. ____ dated ______2017, (the Contracting Authority’s reference no. of the bid - not to be filled in by the Bidder), totalling to RSD/EUR ______(the Bidder shall circle the currency of the bid). The price referred to in paragraph 1 above is given exclusive of value added tax in the amount of 20%, which is to be borne by the Contracting Authority. The price referred to in paragraph 1 above does not include the related costs: import customs charges and other import fees, transport of the shipment, transport insurance, etc. which shall all be borne by the Contracting Authority. The packaging costs shall be borne by the Supplier, whereas the Contracting Authority shall bear the costs of shipment of old parts for those parts that are to be procured based on an “old for new” basis.

Article 3 The Contracting Parties have agreed that the payment under this Contract shall be made as follows:  advance payment - 30 % of the total Contract Price as specified in Article 2, Paragraph 1 of the Contract, which amounts to RSD/EUR______(the Bidder shall circle the currency of the bid), exclusive of VAT, which is the amount to be paid immediately after the submission of the advance payment guarantee;  the remaining amount of the total Contract Price as specified in Article 2, Paragraph 1 above, which amounts to RSD/EUR______(the Bidder shall circle the currency of the bid), after signing the Record referred to in

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 85/89

Article 8 below, within 10 days from the date of acceptance by the Contracting Authority of the invoices submitted by the Supplier, to the Supplier’s current account No. ______with ______banka a.d. ______.

The Supplier undertakes to submit the invoices referred to in Line 2, Paragraph 1 above, separately for: - contactless RF parking cards - spare parts; - components needed for the upgrade of the system for vehicle entry and exit control and parking charge collection on PUC “Parking servis” installations;

Article 4 The Supplier shall submit to the Contracting Authority irrevocable guarantees issued by its commercial bank, as follows: - advance payment guarantee, in the amount of the requested advance payment (advance payment amounting to 30% of the total contract price, exclusive of VAT), without which guarantee the advance payment not be made, and with the validity at least 30 days longer than the date of completion of contractual obligations, i.e. the date of completed delivery of the goods under the Contract, to be submitted immediately after the conclusion of this Contract, but within 10 (ten) days after its conclusion, at the latest; - performance bond, in the amount of 5% of the total contract price of the goods (exclusive of VAT) to be valid for at least 30 (thirty) days after the date of completion of this deal (i.e. the date of completed delivery of the goods under this Contract), to be submitted immediately after the conclusion of this Contract, but within 10 (ten) days after its conclusion, at the latest; - warranty bond in the amount of 5% of the total contract price (exclusive of VAT), with the validity term at least 30 (thirty) days longer than the warranty period (taking into account the longest warranty period provided by the Bidder for the Goods delivered), to be submitted on the date of final delivery of the Goods under this Contract. Otherwise, the Contracting Authority shall be entitled to reject the acceptance of the Goods delivered, which shall be considered as the Supplier’s failure to fully meet its contractual obligations, in which case the same shall fully compensate the Contracting Authority for the actual damage incurred.

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

Article 5

The relevant Goods shall be delivered on a two-time basis, which implies delivery of new parts and delivery of parts on an “old for new” basis.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 86/89

The Supplier undertakes to perform the delivery of contactless RRF parking cards within ______days, and the delivery of spare parts and equipment components for the upgrade of the system within ______days from the date of entry into force of the Contract. The Supplier shall hand over the Goods with proper export and other documents and properly packaged, to the carrier provided by the Contracting Authority, for the transport of the Goods to the Contracting Authority’s warehouse, Mostarska petlja bb (no house number) in Belgrade.

Article 6 If the agreed time for completion of obligations assumed hereunder is exceeded, the Contracting Authority is entitled to calculate and charge the Supplier the contractual penalty in the amount of 0.2% of the contract price for the part of delayed delivery for each day of delay, but not more than 5% of the part of delayed delivery.

The Contracting Authority reserves the right to terminate the Contract at any time if the Supplier exceeds the agreed deadlines even in the case when the amount of contractual penalty has not exceeded 5% of the total contract price. This does not apply to non-material delays. Any contractual penalty claimed by the Contracting Authority shall be deducted from the amount of indemnification claimed on the basis of Contract termination.

Article 7 The Supplier undertakes to deliver to the Contracting Authority the first-class Goods, new or repaired subject to Contracting Authority’s consent, made by the original manufacturer, in original packaging which complies with the technical standards and regulations applicable to this type of goods, otherwise the Supplier shall reimburse the Contracting Authority for the damage fully in compliance with the applicable regulations on indemnification. The Supplier shall generally be responsible for direct damage. Liability for indirect or consequential damage such as financial loss, for example lost profit/income is hereby precluded. Supplier’s obligations are limited to the incidents caused solely by the Supplier, its representatives or employees, by wilful intent or through gross negligence. The overall Supplier’sliability in connection with this Contract is limited to the total value of the Contract. This limitation of liability shall not apply to liability subject to peremptory law.

Article 8 Following the delivery of the Goods to the Contracting Authority’s warehouse, Mostarska petlja bb in Belgrade, the Contracting Authority’s authorized personnel shall determine whether the Goods have been delivered fully in line with the specification and conditions referred to in the accepted bid, which is to be entered into the Record on Qualitative and Quantitative Acceptance to be submitted to the Supplier for signing and stamping. The date when the Record has been signed by both Parties shall be considered as the date when the Supplier completed its contractual obligations regarding the delivery.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 87/89

Should the Contracting Authority fail to submit the Record on Qualitative and Quantitative Acceptance or Record of Complaint within 4 weeks from the date of delivery of Goods, it shall be deemed the Goods have been accepted and that the Supplier has fulfilled its contractual obligations.

Article 9 The Supplier shall provide the warranty for the delivered Goods, as follows: - 2 months for the goods supplied on an “old for new” basis, - 6 months for new spare parts, and - 12 months for all remaining components for the system upgrade and automation systems on installations. The warranty periods shall start running from the date of delivery of the Goods according to Article 8 above.

Article 10 After delivery and signature of the Record, as referred to in Article 8 above, if the Contracting Authority determines that the Goods are not in compliance with the Contracting Authority’s requirements set out in the Tender Documents and conditions referred to in the accepted Bid submitted by the Supplier, i.e. if the Goods have visible defects, the Contracting Authority shall draft the Record of Complaint with the request for elimination of defects identified or delivery of new goods, upon which request the Supplier shall act within 60 days, solely at its own expense, and in this case the relevant warrantyperiod for replaced parts (repaired to be fit for use or new parts) shall run from the date of replacement of the Goods, but shall end no later than on expiry of the warranty period. Article 11 Within the warranty period, the Supplier shall act upon all reasonable complaints filed by the Contracting Authority and replace the Goods subject to complaint with the new or fully repaired Goods, subject to the Contracting Authority’s consent. The Contracting Authority shall send the faulty Goods to the Supplier before receiving the new replacement Goods. The deadline for replacement of goods subject complaint with new ones upon the submission of complaint shall not exceed 60 days from the date of submitted complaint. The Supplier shall be fully responsible for any hidden material defects on the Goods referred to in Article 1 above, and for any defects the Supplier was aware of, but failed to notify the Contracting Authority thereof. This warranty shall not cover the repairs and/or costs of depreciation, damage caused by third parties, resulting from theft, Force Majeure and shall be charged separately from the Contracting Authority. Article 12 The Contract shall come to full force and effect on the date when signed by both Contracting Parties.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 88/89

Article 13 The Contract shall be terminated in the following cases: – by mutual agreement between the Parties; – by unilateral termination by the Contracting Authority, should the Supplier fail to perform its contractual obligations, in full or in part, or should the Supplier perform its contractual obligations with delay and contrary to the provisions of the Contract, after being provided reasonable time to rectify the omission, – should the Contracting Authority violate its contractual obligations and should it fail to rectify the omission within reasonable time, – by completion of contractual obligations, and – in other cases as defined in the Law and this Contract.

In any case of Contract terminationreferred to in the preceding paragraph, except the cases specified in Paragraph 1, Line 1, the notice period shall be 15 (fifteen) days from the date of receipt of the Notice of Contract Termination, or longer if reasonable compared to the omission, within which period both Contracting Parties shall meet their contractual obligations prior to the expiry of the notice period. In all cases of unilateral Contract termination by the Contracting Authority, the Supplier shall compensate the Contracting Authority for the entire material damage according to the general rules of indemnification. Article 14 Any and all issues not regulated by this Contract shall be subject to the provisions of the Law on Obligations and other applicable regulations governing this area. Article 15 In case of a dispute, the competent court is the Commercial Court in Belgrade. Article 16 This Contract is made in 6 (six) identical copies, 3 (three) for each Contracting Party. For THE SUPPLIER For THE CONTRACTING AUTHORITY

______Andrija Čupković, Traffic Management Spec.

NOTE:

The Bidder (the Bidder’s authorized person) shall fill in, sign (except in places designated as not to be filled in by the Bidder) and stamp the supplied Model Contract, in places provided for signature and stamping, whereby the Bidder acknowledges and accepts all the elements of the model contract and agrees that other elements referred to in the Tender Documentation and the accepted Bid shall be included in the Contract.

Tender Documentation in the Open Procedure for PP No. VN-01-D-40/17 89/89

Recommended publications