PROCURMENT NOTICE

Goods
Service
Works

Part I:CONTRACTING AUTHORITY

I. 1. ADDRESS AND FULL NAME OF CONTRACTING AUTHORTY

Organization
“Railways of the Republic of Srpska”J.S.C. / Contact person
Nikolić Tatjana
Address
Street Sveti Sava No.71 / Post – office number
74 000
Town
Doboj / Identification number
400025960001
Phone
053/209-000 / ext. / 420
/ Fax
053/227-704
E - mail
- / Web page
-

I. 2.ADDRESS FOR OBTAINING ADDITIONAL INFORMATION

As I. 1.

I. 3.ADDRESS FOR OBTAINING DOCUMENTATION

As I. 1.

I. 4.ADDRESS FOR SUBMISSION OF TENDERS

As I. 1.

I. 5.TYPE OF CONTRACTING AUTHORITY (article 3 PPL)

I. 5.а.Public Company 

I. 5.б.at the entity level 

Part II:SUBJECT OF THE CONTRACT

II. 1.TYPE OF CONTRACT

Goods
Service
Works

II. 2.Is there intent conclusion of the general agreement? (Article 32 PPL) (If is applicable)

YesNo

II. 3.NAME/ REFERENCA OF DEFINED CONTRACTING AUTHORITY'S CONTRACT

Contract about the buying of euro-diesel EN-590

II. 4.DESCRIPTION OF CONTRACT: (if is needed use additional piece of the paper)

Buying of euro-diesel EN-590

II. 5.TOTAL QANTITY (NUMBER OF UNITS) AND/OR SCOPE OF CONTRACT

1.8 million litters

II. 6.PLEACE OF DELIVERY GOODS OR LOCATIONS OF SERVICE OR WORKS EXECUTION

Warehouse of the Contract bodyin Doboj andBanja Luka

II. 7.SEPARARTION ON LOTS

Yes No

Submitted as:

One lot  several lots  all lots 

II. 8.SUBMISSION OF ALTERNATIVE TENDERS?(Article No. 17 PPL) (If is usable)

YesNo

II. 9.EXECUTION OF CONTRACT OR DELIVERING OF GOODS: SUCCESSIVE, ACCORDING TO THE DYNAMICS OF CONTRACT BODY (150 000 LITERS MONTHLY - 120,000 LITTERS FCO WAREHOUSE OF CONTRACT BODY IN DOBOJ AND 30,000 LITTERS OF FCO WAREHOUSE OF CONTRACT BODY IN BANJA LUKA), BASED ON SINGLE ORDER, WITHIN ONE YEAR FROM THE DATE OF CONCLUDING THE CONTRACT

Or: starting and/or finishing

Part III:LEGAL, COMMERCIAL AND TECHNICAL INFORMATION

III . 1. WARRANTY AMOUNT FOR THE OFFER:(article No. 16 PPL)

Original unconditional bank warranty for amount of45.000,00 KM (BAM) for domestic bidders and
for bidders from abroad it is 23.008,13 €.

III . 2. WARRANTY DEMAND FOR OFFER, (article No. 16 – 17. IAL)

Is contained in tender documentations

III . 3. WARRANTY AMOUNT FOR EXECUTING OF THE CONTRACT, (article No. 16 PPL)

The chosen highest bidder is owing, by the signing of a contract, hand over to the Contract body original bank guarantee for the good performance of contract on the amount from 5 % from the total value of contract with the VAT (for domestic bidders). For bidders from abroad witch is chosen is owing, by the signing of a contract, to hand over to the Contract body original bank guarantee for the good performance of contract on the amount from 5 % from the total value of contract excluding the VAT.

III. 4. OTHER WARRANTY AMOUNT FOR EXECUTING OF THE CONTRACT, (article No. 19 IAL)

Is contained in tender documentations

III . 5. TERMS FOR PARTICIPATION – PERSONAL SITUATION, (article No. 23 PPL)

Bidder is obligated to submit, together with the offer and tow photocopies of the offer, deliver proof that they satisfy all condition regarding article 23. PPL (Public purchase Law B&H No. 49/04), not older then 90 days, counting from date of issue up to opening day of offer, listed in tender documentation.
This proofs need to be original or photocopies must be verified from authorized body.

III. 6.TERMS FOR PARTICIPATION- ELIGIBILITY (article No. 24 PPL)

Bidder is obligated to submit, together with the offer and tow photocopies of the offer:
-Excerpt from the court register, which cannot beolderthen 3 months (counting from the date of the tender) about all important elements and data about registered activities, which is subject of this purchase, as well as authorized signer/s of bidder,
-Certificate issued by the competent authority, that the bidder is registered for trading of oil derivatives,
-Confirmation about registration for VAT (value added tax) this certificate need to be submitted only by the bidders how are registered for VAT and
-Certificate of tax identification number (this certificate need to be submitted only by the bidders how are not registered for VAT),
Photocopies must be verified from authorized body.

III. 7.TERMS FOR PARTICIPATION – ECONOMIC AND FINANCIAL STANDING (article No. 25 PPL)

Bidder is obligated to submit, together with the offer and tow photocopies of the offer:
-Summary of assets and liabilities states for business year 2008, 2009 and 2010, (if bidder is register before this period), If bidder is registered in this period, bidder must provide mentioned balances and statements concluded within year 2010),
-Summary of assets and liabilities of success for business year 2008, 2009 and 2010, (if bidder is register before this period), If bidder is registered in this period, bidder must provide mentioned balances and statements concluded within year 2010),
-Statement on turnover of petroleum products petroleum fuels in 2010 in an amount not less than 25,000,000.00 BAM, or the equivalent of another currency (original).
Photocopies must be verified from authorized body.

III. 8.TERMS FOR PARTICIPATION – TEHNICAL AND/OR PROFESSIONAL CAPACITIES (article No. 26 PPL)

Bidder is obligated to submit, together with the offer and tow photocopies of the offer:
-Description of the technical capability of suppliers, the measures for ensuring quality and its equipment and study and research (original) and
-List of main deliveries of liquid petroleum fuel suppliers made ​​in the last three years with values​​, dates of delivery and the consignee and the original certificate issued by the consignee (original).

Part IV: PROCEDURE

IV. 1.TYPE OF PROCEDURE:

Open 

Limited 

Limited acceleration

Negotiation

Competition of demand for delivering offers 

Open competition for manufacture of idea of solution 

The others

IV. 2.AWORDING CRITERIA

а) Thelowest price 

б) Most economically advantageous

offer according below listed criteria 

1) / Price (50 points) / portion / 50,00 / %
2) / Conditions and modes of payment (20 points) / portion / 20,00 / %
3) / Quality of goods (20 points) / portion / 20,00 / %
4) / Deadline for deliveries of goods (10 points) / portion / 10,00 / %

Note: Bidders/Suppliers are required, with the original proposal; submit a contract or confirmation of the agreed quantities and delivery dates for Euro-Diesel EN-590.

In the event that wholesaler supplies bidder/supplier, any contract or certificate of wholesaler must to be delivered with certificate of oil refinery for supplied goods of wholesale trade.

If a bidder shall submit original or certified copy of the contract, bidder is permitted to hide those provisions of the Contract are confidential, except agreed quantities and delivery periods.

These documents are not qualifying, and will serve the purpose of scoring above the third criteria.

IV. 3. USE OF THE PREFERENTIAL DOMESTIC TREATMENT (article No. 20 IAL)

Yes. Bidders are required, with the original offer, submit a certificate of origin and quantity (original or copy certified by the competent authority). This document is not requirement for qualification, but will serve to demonstrate satisfaction of preferential domestic treatment.

IV. 4.REQUESTS FOR OBTAINING TENDER DOCUMENTATION (article No. 18 IAL)

Bidders from Bosnia and Herzegovina are obligated to pay amount of BAM 58,50 for tender documentation, on giro account of Railways of the Republic of Srpska.A.D.-Doboj, account number 562 005 00003 03569 within ’’Razvojna bank” A.D. - Doboj.
For bidders from abroad are obligated to pay amount of €29,90 for tender documentation, according to the following instruction of payment: HAABAT 2B
F56A INTERMEDIARY: HYPO ALPE-ADRIA-BANK INTERNATIONAL AG
KLAGENFURT, AUSTRIA
F 57A:ACCOUNT WITH INSTITUTION; /AT25 5220 0000 0932 3929
HAABBA2B
HYPO ALPE ADRIA BANK А. D
ALEJA SVETOG SAVE 13
BANJA LUKA, BIH
F59 BENEFICIARY CUSTOMER: IBAN: 39 5520 2033 9022 3191
ŽELJEZNICE RS AD
UL.SVETOG SAVE 71
DOBOJ

.

Bidder can obtain tender documentation until:

Payment need to be made before tender documentation can be obtain: information above.

IV. 5. DEMANDS FOR LANGUAGE OFFERS

Official languages in BH (article No. 3 PPL)

IV. 6. TERMS FOR RECEPTION OF OFFER

Official languages in B&H (article No. 3 PPL)

. (Date) (time)

IV. 7.MINIMUM PERIOD FOR TENDER VALIDATION THAT BIDDER MUST PROVIDE

Until

or monthafter deadline for submission of offers.

IV. 8.DATE AND TIME OF TENDER OPENING

Date

Place

Part V: ADDITIONAL INFORMATION

All rest information are contained in the tender documentations

ANNEX A

I. 2. ADDRESS FOR OBTAINING ADDITIONAL DOCUMANTATION

Organization
''Railways of the Republic of Srpska’’ J.S.C.- Doboj / Contact person
Nikolić Tatjana
Address
Street Sveti Sava No.71 / Post – office number
74 000
Town
Doboj / Identification number
400025960001
Phone
053/209-000 / ext. / 420
/ Fax
053/227-704
E - mail
- / Web page
-

I. 3. ADDRESS FOR OBTAINING ADDITIONAL DOCUMANTATION

Organization
''Railways of the Republic of Srpska’’ J.S.C.- Doboj / Contact person
Petrović Željko
Address
street Sveti Sava No.71 / Post- office No.
74 000
Town
Doboj / Identification No.
4 000 2596 000 1
Phone
053/209-000 / ext. / 350
/ Fax
053/227-704
E - mail
- / Web page
-

I. 4. ADDRESS FOR SUBMISSION OF TENDERS

Organization
''Railways of the Republic of Srpska’’ J.S.C.- Doboj / Contact person
-
Address
street Sveti Sava No.71 / Post- office No.
74 000
Town
Doboj / Identification No.
4 000 2596 000 1
Phone
- / Fax
-
E - mail
- / Web page
-

GENERAL DIRECTOR

.

/Dragan Savanović, grad traffic.eng./

1