nolikums€¦  · web viewprocurement identification number. fm vid 2018/119. name and details of...

35
APPROVED at the meeting of the Permanent Procurement Commission of the State Revenue Service on 5 June 2018 Minutes No. 2 Procurement Regulations “Supply of a Set of Additional Elements of Special-Purpose A/V Equipment with Accessories” (No. FM VID 2018/119) Riga – 2018

Upload: trananh

Post on 17-Jul-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

APPROVEDat the meeting of the Permanent

Procurement Commission of the State Revenue Service on

5 June 2018 Minutes No. 2

Procurement Regulations“Supply of a Set of Additional Elements of Special-Purpose A/V

Equipment with Accessories” (No. FM VID 2018/119)

Riga – 2018

Table of Contents1. General Information regarding the Procurement.............................................3

1.1. Procurement Identification Number..........................................................31.2. Name and Details of the Contracting Authority........................................31.3. Place, Time of and Procedures for the Submission and Opening of the Tender 31.4. Tender Execution and Submission Requirements......................................31.5. Other General Information........................................................................6

2. Description and Scope of the Subject-Matter of the Procurement..................62.1. Description and Scope of the Subject-Matter of the Procurement............62.2. Technical Tender.......................................................................................72.3. Financial Tender.......................................................................................72.4. Requirements for the Execution of the Procurement Contract.................7

3. Qualification Requirements for tenderers and Documents Certifying the Conformity and Information.................................................................................8

3.1. Documents to Be Submitted by a Foreign Merchant.................................83.2. Information to Be Obtained Independently by the Commission:..............83.3. Requirements in Relation to the Tenderer’s Financial Condition, Experience, Qualification and Documents Certifying Conformity:...................9

4. Assessment of the Tender and Criterion for the Selection of the Tender......104.1. Verification of the Execution of the Tender.............................................104.2. Verification of the Tenderer’s Qualification...........................................104.3. Verification and Assessment of the Tender.............................................104.4. Selection of the Tender and Criterion for the Selection of the Tender....11

5. Draft Procurement Contract...........................................................................12

Annexes:Annex 1. APPLICATION on 1 pageAnnex 2. TECHNICAL TENDER on 2 pagesAnnex 3. FINANCIAL TENDER on 1 pageAnnex 4. DRAFT CONTRACT on 6 pages

2

1. General Information regarding the Procurement

1.1. Procurement Identification NumberFM VID 2018/119

1.2. Name and Details of the Contracting AuthorityState Revenue Service (hereinafter referred to as the “Contracting Authority” or “SRS”)Taxpayer ID: 90000069281address: Talejas iela 1, Riga, LV-1978, Latviatel.: +371 67122689e-mail address: vid @vid.gov.lv website: www.vid.gov.lv

1.2.1. The procurement with the estimated contract price of EUR 10,000 or above, yet less than EUR 42,000, (No. FM VID 2018/119) “Supply of a Set of Additional Elements of Special-Purpose A/V Equipment with Accessories” (hereinafter referred to as the “Procurement”), in accordance with the conditions of Section 9 of the Public Procurement Law, is organised by the Procurement Commission established by SRS Executive Order No. 12/f of 16 January 2018 “On the Establishment of a Permanent Procurement Commission” (hereinafter referred to as the “Commission”).

1.3. Place, Time of and Procedures for the Submission and Opening of the Tender1.3.1. The interested suppliers can submit their tenders from the day the Procurement is

announced to 11:00 o’clock on 25 June 2018 in person or by mail to the following address:

State Revenue ServiceInformation Centre (1st floor)

Talejas iela 1,Riga, Latvia, LV-1978.

Working hours on business days Monday to Thursday: 8:15 – 17:00, and on Fridays: 8:15 – 15:45.

The tender sent by post must be delivered to the address specified in Sub-clause 1.3.1 of the Procurement Regulations by the deadline specified for the submission of tenders in the referred to Sub-clause.1.3.2. Tenders that are not submitted pursuant to the established procedures or that are

received after the deadline set for the submission of tenders in the Procurement Regulations shall not be considered and shall be returned unopened to the tenderer.

1.3.3. The tenderer may amend or withdraw the submitted tender before the deadline specified for the submission of tender.

1.3.4. The submitted tenders shall be opened at the meeting held by the Commission after the final deadline specified for the submission of tenders in Sub-clause 1.3.1 of the Procurement Regulations.

1.3.5. The tender, except for the case referred to in Sub-clause 1.3.2 of the Procurement Regulations, shall remain at the disposal of the Contracting Authority and shall not be returned to the tenderer.

1.4. Tender Execution and Submission Requirements1.4.1. Execution of the package

The tender must be submitted in a closed (sealed) package, in 1 copy. The package must bear the following details:

3

1.4.1.1. tender for the procurement “Supply of a Set of Additional Elements of Special-Purpose A/V Equipment with Accessories”, procurement identification No. FM VID 2018/119;

1.4.1.2. the name, legal address and registration number of the tenderer;1.4.1.3. the name and address of the Contracting Authority:

State Revenue ServiceFinance Department, Procurement Division

Talejas iela 1,Riga, Latvia, LV-1978.

1.4.1.4. “Do not open before 25 June 2018 11:00 o’clock”.1.4.2. Execution of the tender:

1.4.2.1. At the beginning of the tender, after the title page, there must be a table of contents followed by other documents to be included in the tender; the table of contents must separately indicate all the documents to be submitted by the tenderer in accordance with the requirements specified in Sub-clause 1.4.3 of the Procurement Regulations;

1.4.2.2. All the documents included in the tender must be sewn together so that the documents cannot be separated. The documents must be numbered and the numbering must correspond to the enclosed table of contents;

1.4.2.3. The documents included in the tender must be clearly readable, without non-agreed erasures, corrections or deletions;

1.4.2.4. Only the tenders executed in writing shall be regarded as official;1.4.2.5. The title page of the tender must bear the following details:

“Tender for the Procurement“Supply of a Set of Additional Elements of Special-Purpose A/V

Equipment with Accessories” (No. FM VID 2018/119)Name, legal address of the merchant, date”

1.4.2.6. The tender must be prepared in Latvian. The documents included in the tender may be submitted in another language. In such case, the documents must be enclosed with translation in Latvian with a certification regarding the correctness of the translation. Otherwise, the Commission shall be entitled to consider that the relevant selection or qualification document has not been submitted;

1.4.2.7. In the event the document submitted by the tenderer exceeds three (3) pages, only the translation of the summary into Latvian can be added along with the certification of accuracy of the translation. The translation of the summary must contain the most essential parts of the document indicating specific references to the parts of the document that are translated;

1.4.2.8. The certification of accuracy of the translation shall be prepared in accordance with Cabinet Regulation No. 291 of 22 August 2000 “The Procedures for Certifying the Accuracy of the Translation of Documents into the State Language”. Upon submitting the tender, the tenderer shall have the right to certify the derivatives and translations of all the submitted documents by a single certification if the entire tender or application has been bound or sewn together;

1.4.2.9. In all the documents submitted by the tenderer, the name of the tenderer must be legally correct — corresponding to the tenderer’s name as registered in the Commercial Register. Otherwise, the Commission shall have the right to consider that the document indicating a wrong (incorrect) name of the tenderer has not been submitted;

4

1.4.2.10. If any of the documents referred to in Sub-clauses 3.1.1, 3.1.2 and 3.1.3 of the Procurement Regulations has been issued by the institution of a state, participant to the Hague Convention of 5 October 1961 on waiving of the requirement of the legalisation of public documents issued by foreign countries, the APOSTILLE certification must be attached to the documents. The documents issued by other public institutions must have a consular legalisation in the country of origin and in the Republic of Latvia. There is no need of consular legalisation and legalisation of documents with APOSTILLE in accordance with the Document Legalisation Law to the documents issued by an EU Member State, a country of the European Economic Zone or Swiss Confederation;

1.4.2.11. If documents whereby the tenderer can certify that the circumstances referred to in Sub-clause 3.1 of the Procurement Regulations do not apply to it are not issued in the relevant country, or if such documents are insufficient to certify that the circumstances referred to in Sub-clause 3.1 of the Procurement Regulations do not apply to it, the said documents may be substituted by an oath or — if giving an oath is not provided for in the laws and regulations of the relevant country — by a certification of the tenderer or the person referred to in Sub-clause 3.1.4 to a competent authority of the executive or judicial branch, a sworn notary or a competent body of the relevant industry in the tenderer’s country, in which it is registered or where its habitual residence is located;

1.4.2.12. A copy of the document can be obtained by making a copy or in another technical way by obtaining a facsimile image of the original maintaining all graphic and other features of the original;

1.4.2.13. The accuracy of the document copy shall be certified by a certification notice prepared in accordance with Cabinet Regulation No. 916 of 28 September 2010 “Procedures for the Elaboration and Execution of Documents”.

1.4.3. The documents to be included in the tender:1.4.3.1. A power of attorney issued by the merchant certifying the right of the

authorised person to sign the Procurement tender if signed by the person authorised by the merchant;

1.4.3.2. A signed application for participation in the Procurement (in accordance with Annex 1 to the Procurement Regulations);Note: If the tender is submitted by a partnership or a group of persons, the application shall be signed by all the persons in the group of persons. The authorised person representing the relevant partnership or a group of persons shall be indicated in the tender;

1.4.3.3. Tenderer’s qualification documents: document originals or attested copies thereof referred to in Sub-clause 3.3 of the Procurement Regulations (foreign merchants shall additionally submit an original document or an attested copy thereof determined in Sub-clause 3.1.1 and 3.1.4 of the Procurement Regulations);

1.4.3.4. A filled-in and signed technical tender (in accordance with Annex 2 to the Procurement Regulations);

1.4.3.5. A filled-in and signed financial tender (in accordance with Annex 3 to the Procurement Regulations);

1.4.3.6. The tenderer must submit a copy of the tender by electronic means, saved in PDF format, on a data carrier, as well as a separately attached technical tender and financial tender in Microsoft Word or Microsoft Excel

5

format. The referred to data carrier must be placed in the package referred to in Sub-clause 1.4.1 of the Procurement Regulations.

1.5. Other General Information1.5.1. Availability of the Procurement Regulations:1.5.1.1. The Procurement Regulations shall be freely and directly accessible in electronic form, as an on-line download from the SRS website, in the section “Par VID” [About SRS] (sub-section “Procurement” [“Publiskie iepirkumi”]);1.5.1.2. The Procurement Regulations may be obtained in an electronic form by sending a request to the e-mail address: [email protected];1.5.1.3. The Procurement Regulations can be reviewed and received as a hard copy on the spot in Riga, at Talejas iela 1, by making prior appointment by tel. +371 67120207.1.5.2. Additional information regarding the Procurement Regulations shall be requested in a timely manner before the deadline for the submission of tenders, in accordance with the requirements set forth in Section 9, Paragraph six of the Public Procurement Law. Such requests must be submitted electronically by sending a question to the following e-mail address: [email protected] or by sending a letter by post to the following address: Talejas iela 1, SRS Finance Department, Riga, Latvia, LV-1978, addressing it to the Chairperson of the Commission.1.5.3. The Commission shall send additional information, if it is requested timely before the deadline for the submission of tenders, in accordance with the requirements set forth in Section 9, Paragraph six of the Public Procurement Law, to an interested supplier raising a query and post such information on the SRS website, in the section “Par mums” [About Us], sub-section “Publiskie iepirkumi” [Public Procurements]; 1.5.4. The contact person responsible for the provision of organisational information regarding the Procurement — Sandra Pole, Senior Procurement Specialist of the Procurement Division at the SRS Finance Department (tel. +371 67120207);1.5.5. The tenderer shall not submit other versions of the tender.1.5.6. In the event the information exchange between the Contracting Authority and the tenderers takes place by using electronic documents signed with a safe electronic signature and approved by a time stamp, the tenderers, in accordance with the requirements set in Paragraph 17 of Cabinet Regulation No. 473 of 28 June 2005 “Procedures for the Elaboration, Execution, Storage and Circulation of Electronic Documents in State and Municipal Institutions and Procedures for the Circulation of Electronic Documents between State and Municipal Institutions or between These Institutions and Natural and Legal Persons”, shall be obliged to send to the Contracting Authority a notification confirming the receipt of the electronic documents within one (1) business day.

2. Description and Scope of the Subject-Matter of the Procurement

2.1. Description and Scope of the Subject-Matter of the Procurement2.1.1. The subject-matter of the Procurement shall be the supply of a set of additional

elements of special-purpose audio-video (hereinafter — “A/V”) equipment with accessories (hereinafter — the “Goods”) in accordance with the SRS requirements and conditions specified in the Procurement Regulations.

2.1.2. Procurement nomenclature (CPV) code:Table 1

Code Code designation in Latvian

Code designation in English

Service category No.

32350000-1 Skaņas iekārtu un Parts of sound and goods

6

videoiekārtu daļas. video equipment2.1.3. The detailed technical specifications of the Procurement subject-matter are

determined in Annex 2 “Technical Tender” to the Procurement Regulations.2.1.4. The total contractual price of the Procurement for which the Procurement Contract

will be concluded constitutes the total contractual price excluding values added tax (VAT) offered by the winning tenderer.

2.2. Technical Tender2.2.1. The tenderer must submit the technical tender in accordance with the template for the technical tender included in Annex 2 “Technical Tender” to the Procurement Regulations. 2.2.2. Taking into consideration that the technical specification of the subject-matter of the Procurement is restricted access information, the interested supplier will be able to obtain the detailed technical specification of the Equipment at the SRS Tax and Customs Police Department (hereinafter referred to as “TCPD”), previously contacting Oļegs Bondars, Chief Inspector of the First Specialised Task Division of the SRS TCPD Specialised Task Unit (telephone: +371 67120283, e-mail: [email protected] ) or Sergejs Provorovs, Inspector of the First Specialised Task Division of the SRS TCPD Specialised Task Unit (telephone: +371 67120690, e-mail: [email protected]).

For information: The suppliers interested in the Procurement will be able to become acquainted with the detailed technical specification of the Equipment by submitting the documents or information specified in Sub-clauses 3.3.1, 3.3.2 and 3.3.4 of the Procurement Regulations to the SRS TCPD employees specified in Sub-clause 2.2.2 of the Procurement Regulations. The interested suppliers may submit necessary documents and information in electronic form (by sending to specified TCPD e-mail addresses).

The TCPD employees referred to in Sub-clause 2.2.2 of the Procurement Regulations and the Commission shall have the right to verify the validity of such documents or information by contacting the competent authorities of the respective country.

2.3. Financial Tender2.3.1. The tenderer must submit the financial tender in accordance with the template for

the financial tender included in Annex 3 “Financial Tender” to the Procurement Regulations, taking into the consideration the requirements referred to in Annex 2 “Technical Tender” to the Procurement Regulations.

2.3.2. The prices included in the financial tender must be indicated in euro exclusive of VAT, specifying no more than two (2) digits after the point.

2.3.3. The tenderer must include in the financial tender all expenses related to the value of the Goods and supply thereof, transport expenses, expenses related to the receipt of necessary permits/licences, ensuring of guarantee, taxes (except for VAT) and duties, as well as other expenses related to the timely and high-quality execution of the Contract.

2.3.4. After opening the submitted tenders, the tenderer shall have no right to change its financial tender.

2.4. Requirements for the Execution of the Procurement Contract2.4.1. The place of execution of the Procurement Contract shall be Riga, Talejas iela 1.2.4.2. The Procurement Contract will be entered into with the winner of the

Procurement in compliance with the draft contract included in Annex 4 to the Procurement Regulations.

7

3. Qualification Requirements for tenderers and Documents Certifying the Conformity and Information3.1. Documents to Be Submitted by a Foreign Merchant3.1.1. A document issued by a competent institution of the relevant country, which

certifies that the tenderer is registered in compliance with the requirements of regulatory enactments of the relevant country;

3.1.2. The tenderer who would be awarded the right to enter into the Procurement Contract must, within ten (10) business days following request of the Commission, a statement of the competent institution of the relevant foreign country (original or certified copy) that certifies that no insolvency proceedings have been announced for the tenderer (except for the case when a set of measures aimed at the restoration of solvency of the debtor is applied within the framework of insolvency proceedings), its economic activities have not been suspended or that the tenderer is not being liquidated.The Commission shall accept and recognise these documents, if they have been issued no earlier than six (6) months before the day of submission thereof, unless the issuer of a statement or document has specified a shorter term of validity.The tenderer shall have the right to include the statement referred to in this Sub-clause in the tender;

3.1.3. The tenderer shall, within ten (10) business days following the Commission’s request, submit a statement of the relevant foreign competent institution, which certifies that it, on the last day of the deadline for submission of the tender or on the day the decision on the possible award of contract is adopted, has no tax debts, including the debts of mandatory state social insurance contributions in the total amount exceeding EUR 150 (one hundred and fifty euro) in the relevant foreign country where it is registered or where its place of permanent residence is located.The Commission shall accept and recognise these documents, if they have been issued no earlier than six (6) months before the day of submission thereof, unless the issuer of a statement or document has specified a shorter term of validity.

3.1.4. The documents specified in Sub-clauses 3.1.1, 3.1.2 and 3.1.3 of the Procurement Regulations must be submitted by all the persons specified by the tenderer, on the abilities of which the tenderer relies to certify that its qualification complies with the requirements set in the notification on the signed contract or in tender documents, as well as by each member of a partnership, if the tenderer is a partnership.

3.2. Information to Be Obtained Independently by the Commission:3.2.1. The Commission shall verify whether the tenderer — a merchant registered in the

Commercial Register of the Register of Enterprises of the Republic of Latvia — is registered in the Commercial Register of the Register of Enterprises; the tenderer shall have the right to attach to the tender the document (certified copy) which certifies that the tenderer is registered in the Commercial Register of the Register of Enterprises of the Republic of Latvia;

3.2.2. The Commission shall obtain information from the Register of Enterprises regarding the fact whether with regard to the tenderer to be awarded with the tender contract (regardless of the country of its registration or permanent place of residence) no insolvency proceedings have been announced (except for the case when a set of measures aimed at the restoration of solvency of the debtor is applied within the framework of insolvency proceedings), its economic activities have not been suspended or that the tenderer is not being liquidated;

8

3.2.3. From the State Revenue Service and local governments of Latvia, the Commission shall obtain information whether or not the Tenderer to be awarded a contract has debts of taxes, including debts of mandatory state social insurance contributions, in Latvia, which in total exceed EUR 150 (one hundred and fifty euro) on the last day of the deadline for submission of the tenders and on the day a decision is made on possible awarding of a contract;

3.2.4. The Commission shall obtain the information referred to in Sub-clauses 3.2.1, 3.2.2 and 3.2.3 regarding all the persons specified by the tenderer, on the abilities of which the tenderer relies to certify that its qualification complies with the requirements set in the notification on the signed contract or in Procurement documents, as well as by each member of a partnership, if the tenderer is a partnership;

3.2.5. If the Commission receives information that the person who has prepared the procurement procedure documents (Contracting Authority’s official or employee), member of the Procurement Commission or expert within the meaning of Section 25, Paragraph one and two of the Public Procurement Law is related to the tenderer, which would be awarded the right to enter into the contract, or is interested in selecting any tenderer, which would be awarded the right to enter into the contract, and if the Commission establishes the presence of circumstances referred to in the Sub-clause of the Procurement Regulations and the Contracting Authority cannot prevent this situation by means of measures less restricting the tenderer, the Commission shall exclude the tenderer, which would be awarded the right to enter into the procurement contract, from further participation in the procurement.

3.3. Requirements in Relation to the Tenderer’s Financial Condition, Experience, Qualification and Documents Certifying Conformity:

Table 2Requirement Documents and information

3.3.1. The tenderer is a merchant registered in the Commercial Register of the Register of Enterprises of the Republic of Latvia, which has received permits (licences) issued by the Security Police in accordance with Cabinet Regulation No. 926 of 18 August 2009 “Regulations on the Circulation of Equipment, Devices, or Instruments and Components Thereof Specifically Created or Adjusted for Operational Activities to be Performed in a Special Way” for the commercial activity using the equipment, devices, or instruments and components thereof specifically created or adjusted for operational activities to be performed in a special way, which are referred to in the National List of Goods and Services of Strategic Significance of the Republic of Latvia.3.3.2. The merchant registered in a foreign country has received an attested copy of the document issued in the relevant country (permit, licence, etc.), which is equivalent to the said licence. If such a document is not issued in the relevant country, the tenderer must submit a certification that an equivalent document is not issued in the country of registration of the tenderer.3.3.3. The tenderer submits an attested copy of the licence; it may be submitted in electronic form as well (by sending to the specified TCPD e-mail addresses).3.3.4. The tenderer’s certification that during the previous three (3) years, the tenderer has had experience in the supply of other equivalent equipment, devices or tools specifically created or adjusted for operational activities and components thereof to law enforcement institutions for the total amount of at least EUR 20,000.00 (excluding VAT), specifying the country, for the needs of a law enforcement institution of which the supply was performed, and, if possible, the name and contact information of the law enforcement institution. The Commission shall have the right to verify the truthfulness of this certification by contacting the competent institutions

9

of the relevant country.

3.3.5. A certification (original or attested copy) regarding the tenderer’s right to supply the offered Goods and carry out their warranty maintenance, issued by the manufacturing company of these Goods or the representative office thereof.

4. Assessment of the Tender and Criterion for the Selection of the Tender

4.1. Verification of the Execution of the Tender4.1.1. The Commission shall assess the execution of the tender in compliance with the

requirements referred to in Sub-clause 1.4 of the Procurement Regulations.4.1.2. In case the tender does not comply with the requirements specified in Sub-clause 1.4

of the Procurement Regulations, the Commission shall be entitled to exclude the tenderer from further participation in the Procurement and not to consider its tender.

4.2. Verification of the Tenderer’s Qualification 4.2.1. During the verification of the tenderer’s qualification, the Commission shall verify

the documents submitted by the tenderer and/or information to be obtained by the Commission independently on each tenderer in order to gain assurance whether the tenderer complies with the requirements specified in the Procurement Regulations.

4.2.2. The tenderer which the Commission has recognised as non-compliant with the qualification requirements specified in the Procurement Regulations with regard to tenderers, shall be excluded from further participation in the Procurement and its tender shall not be considered further.

4.2.3. If the Commission, in independently verifying information referred to in Sub-clauses 3.2.1, 3.2.2, 3.2.3, 3.2.4 and 3.2.5 of the Procurement Regulations, establishes that the tenderer who, in compliance with the requirements set in the Procurement Regulations, would be awarded the right to enter into the Procurement Contract, does not comply with the requirements set in these Sub-clauses or the tenderer who, in compliance with the requirements set in the Procurement Regulations, would be awarded the right to enter into the Procurement Contract fails to submit documents determined in Sub-clauses 3.1.2, 3.1.3 and 3.1.4 of the Procurement Regulations upon the request of the Commission within the period set, the Commission shall exclude the tenderer from further participation in the Procurement and its tender shall not be considered.

4.3. Verification and Assessment of the Tender 4.3.1. The Commission shall carry out the verification of the tenderer’s technical tender,

during which it shall assess the conformity of the technical tender with the mandatory (minimum) requirements set in Annex 2 “Technical Tender”. If tenderer’s technical tender fails to conform with the mandatory (minimum) requirements set in Annex 2 “Technical Tender”, it shall be rejected and the tender shall not be further considered.

4.3.2. In assessing the financial tender of a tenderer, the Commission shall verify its conformity to the requirements set in Annex 3 “Financial Tender” to the Procurement Regulations, as well as whether there are no arithmetic errors in the financial tender of the tenderer. In the event the financial tender does not comply with the requirements included in Annex 3 “Financial Tender” to the Procurement Regulations, the tenderer shall be excluded from further participation in the tender and its tender shall not be considered further. The Commission, having established arithmetic errors, shall correct these errors and inform the tenderer about the correction of arithmetic errors and the corrected amount of the tender, notifying it of

10

the Commission decision on the results of the Procurement procedure. In assessing and comparing the tenders which had arithmetic errors, the Commission shall take into account the corrected prices.

4.4. Selection of the Tender and Criterion for the Selection of the Tender4.4.1. The tenderer whose qualification and tender comply with the requirements specified in the Procurement Regulations and whose price is economically the most advantageous shall be recognised by the Commission as the winner of the Procurement. The tender which has received the greatest number of points in accordance with the tender selection criteria determined in Sub-clause 4.4.2 of the Procurement Regulations shall be recognised as economically the most advantageous.4.4.2. Criteria for selecting economically the most advantageous tender and its numerical values:

Table 2No. Evaluation criteria

Maximum number of

pointsPoint assignment methodology

1. Financial tender ratio (Fk)

60 The evaluation shall be performed on the basis of the information regarding the information provided in the Financial Tender in accordance with Annex 3 to the Procurement Regulations regarding the total price in EUR, excl. VAT.The maximum number of points shall be assigned to the tender stating the lowest total price, proportionally lower number of points — to the rest of the tenders. The number of points to be assigned shall be calculated according to the following formula:Fk= (the lowest total price of the Financial Tender ÷ the total price of the Financial Tender to be evaluated) x 60(The value shall be determined with the precision of two digits following the comma)

2. Warranty conditions of the Goods

20 The evaluation shall be performed on the basis of the information regarding the information provided in Clause 7 of the Technical Tender by the tenderer regarding the warranty period offered for the subject-matter of the Procurement in months.The maximum number of points shall be assigned to the tender stating the longest offered warranty period in months, proportionally lower number of points — to the rest of the tenders. The number of points to be assigned shall be calculated according to the following formula:(the longest warranty period in months ÷ the longest warranty period in months of the tender to be evaluated) x 20(The value shall be determined with the precision of two digits following the comma)

3. Term of free 20 Evaluation shall be carried out based on

11

No. Evaluation criteriaMaximum number of

pointsPoint assignment methodology

elimination of defects or free replacement of the non-compliant Goods during the warranty period, if necessary

the information provided in Clause 6 of the Technical Tender of the tenderer regarding the term of free elimination of defects or free replacement of the non-compliant Goods during the warranty period, if necessary, which is offered for the subject-matter of the Procurement.The maximum number of points shall be assigned to the tender stating the shortest term in calendar days, proportionally lower number of points — to the rest of the tenders. The number of points to be assigned shall be calculated according to the following formula:(The shortest term of elimination of defects in calendar days ÷ The term of elimination of defects in calendar days, proposed in the tender to be evaluated) x 20(The value shall be determined with the precision of two digits following the comma)

Maximum possible number of points:

100

5. Draft Procurement Contract5.1. See the draft Procurement Contract in Annex 4 to the Procurement Regulations. 5.2. In accordance with Section 9, Paragraph eighteen of the Public Procurement Law, the contract entered into as a result of the procurement procedure shall be published on the SRS website on the day of entry into force, complying with the requirements for the protection of commercial secret, within ten (10) business days following the day of entry into force thereof.

12

Annex 1.to the Regulations of the Procurement organised by the

State Revenue Service“Supply of a Set of Additional Elements of Special-

Purpose A/V Equipment with Accessories”,Procurement Identification No. FM VID 2018/119

APPLICATION for participation in the procurement

“Supply of a Set of Additional Elements of Special-Purpose A/V Equipment with Accessories”

(Procurement Identification No. FM VID 2018/119)

Merchant,___________________________________________________________________________,

name of the merchant

___________________________________________________________________________,uniform registration number

___________________________________________________________________________,bank details of the merchant

represented by _____________________________________ (personal identity number __________________) (first name, last name, personal identity number of the merchant's authorised person)

hereby: applies for participation in the procurement “Supply of a Set of Additional Elements of

Special-Purpose A/V Equipment with Accessories”, procurement identification No. FM VID 2018/119 (hereinafter referred to as the “Procurement”);

undertakes to comply with the requirements set in the Procurement Regulations; agrees to conform to the conditions of the Procurement Contract included in Annex 4 to

the Procurement Regulations and undertakes, in the event of being awarded the right to enter into the contract, to sign the said contract without reservations and to comply with all the requirements thereof;

Information regarding the company’s status1: small enterprise; medium enterprise.

confirms the truthfulness of the provided information.

_______________________(signature)

L.S.

Merchant’s address _____________________________________________________________________,phone (fax) numbers, e-mail address _____________________________________________________________________.

1 The tenderer shall specify whether it complies with the status of a small or medium enterprise: A small enterprise is an enterprise which employs less than 50 persons and whose annual turnover or

annual balance in total does not exceed 10 million euro; A medium enterprise is an enterprise which is not a small enterprise and which employs less than

250 persons, and whose annual turnover in total does not exceed 50 million euro, and/or whose annual balance does not exceed 43 million euro.

13

Position, first name and last name of the representative/s or authorised person of merchant’s executive body_____________________________________________________________________

14

Annex 2to the Regulations of the Procurement organised by the

State Revenue Service“Supply of a Set of Additional Elements of Special-

Purpose A/V Equipment with Accessories”Procurement Identification No. FM VID 2018/119

TECHNICAL TENDERWe, ____________________________________________________________

(name, uniform registration number of the Tenderer)

hereby offer to ensure the supply of the Procurement subject-matter referred to in Sub-clause 2.1.1 of the Regulations of the Procurement “Supply of a Set of Additional Elements of Special-Purpose A/V Equipment with Accessories”, ID No. FM VID 2018/119, organised by the State Revenue Service under the following mandatory conditions, in compliance with mandatory minimum requirements and pursuant to the following technical specification:

Table 1No. Name Compulsory (minimum)

requirements/ DescriptionOffered by the tenderer*

General requirements 1. Goods Non-used, new, safe for the

user’s health, year of manufacture — no earlier than 2017

2. Supply of the Goods Within sixty (60) days during the working hours of the Contracting Authority from the day the contract is signed by the parties.

3. Place of supply of the Goods

Talejas iela 1, Riga

4. Package and execution of the Goods

In the original manufacturer’s package

5. Technical documentation and user manual of the Goods

In carrying out the supply of the Goods, the authorised person of the Contracting Authority will be issued the technical documentation and user manual of the Goods in Latvian or English (in hard copy or on a data carrier, including information on the application, storage, use and maintenance of the Goods).

6. Free elimination of defects or free replacement of the Goods during the warranty period, if necessary

In the event of supply of the Goods of poor quality or non-compliant with the requirements set forth in the applicable regulatory enactments of the Republic of Latvia, the supplier shall, within ___ days following the

The tenderer shall specify the particular term of elimination of shortcomings of the offered Goods in calendar days, not exceeding 60 days.

15

No. Name Compulsory (minimum) requirements/ Description

Offered by the tenderer*

day the complaint of the Contracting Authority’s authorised person is sent, eliminate the defects of the supplied Equipment at its own expense, if necessary, replacing the Equipment with new appropriate goods.

7. Warranty period At least ___ months following the day the Goods are received and a consignment note is signed by the parties.

The tenderer shall specify the particular offered warranty period, no less than 24 months.

Note * — to be filled in by the tenderer by writing the word “will provide” or otherwise characterising its abilities to provide the fulfilment of the requirement.

________________________________ ___________(position of merchant’s manager or authorised person) (signature) (Name)

16

Annex 3to the Regulations of the Procurement organised by the

State Revenue Service“Supply of a Set of Additional Elements of Special-

Purpose A/V Equipment with Accessories”Procurement Identification No. FM VID 2018/119

FINANСIAL TENDERWe, __________________________________________________________________

(name, registration number of the Tenderer)

hereby offer to ensure the fulfilment of the Procurement subject-matter referred to in Sub-clause 2.1.1 of the Regulations of the Procurement “Supply of a Set of Additional Elements of Special-Purpose A/V Equipment with Accessories” ID No. FM VID 2018/119, organised by the State Revenue Service, in compliance with the requirements set forth in the Regulations and for the following prices:

Goods Unit price, EUR (excl. VAT) Number Total*, EUR (excl. VAT)

Set of additional elements of special-

purpose A/V equipment with

accessories

1

Total price* (excl. VAT)Note * — the price offered by the tenderer is the contract price

______________________________________________________ ________________ /Position of merchant’s manager or its authorised person/ /Signature/ /Explanation of the signature/

17

Annex 4to the Regulations of the Procurement organised by the

State Revenue Service“Supply of a Set of Additional Elements of Special-

Purpose A/V Equipment with Accessories”Procurement Identification No. FM VID 2018/119

Contract No. FM VID 2018/119“Supply of a Set of Additional Elements of Special-Purpose A/V Equipment with

Accessories”

Riga, ___ _____________ 2018

The State Revenue Service represented by the Director General thereof ________________________________ acting pursuant to the Law “On the State Revenue Service” (hereinafter referred to as the “Contracting Authority”), of the one part,

and_________________ represented by its

_____________ _________________ acting pursuant to _________, (hereinafter referred to as the “Supplier”), of the other part, both jointly referred to as the “Parties” and each individually as the “Party”, based on the results of the public procurement No. FM VID 2018/119 “Supply of a Set of Additional Elements of Special-Purpose A/V Equipment with Accessories”, enter into the following contract (hereinafter referred to as the “Contract”):

1. SUBJECT MATTER OF THE CONTRACT1.1. The Supplier shall undertake to supply a new, non-used set of additional elements of special-purpose audio-video equipment with accessories harmless to the user’s health in the original manufacturer’s package (hereinafter referred to as the “Goods”) pursuant to the provisions of the Contract and annexes thereto. The year of manufacture of the Goods shall be no earlier than 2017.1.2. The detailed technical specification and the price of the Goods is determined in the Annex hereto.

2. CONTRACT AMOUNT AND SETTLEMENT PROCEDURE2.1. The total amount of the Contract shall be ______________ (_______________________ and ____ cents), excluding the value added tax (hereinafter referred to as “VAT”). VAT shall be paid in accordance with the applicable tax rate.2.2. The total amount of the Contract shall include all expenses related to the value of the Goods and supply thereof, transport expenses, expenses related to the receipt of necessary permits/licences, ensuring of guarantee, taxes (except for VAT) and duties, as well as other expenses related to the timely and qualitative execution of the Contract. 2.3. The Contracting Authority shall make payment for the received Goods by means of a transfer to the current account of the Supplier with the bank according to the price of the Goods specified in the annex hereto within thirty (30) days following the day the Goods are received and the consignment note is signed.

3. GOODS SUPPLY PROCEDURE3.1. The Supplier shall supply the Goods to the Contracting Authority pursuant to the technical specification of the Goods determined in Clause 1 of the Annex hereto within sixty (60) days following the day the Contract is signed by both Parties. (If the Supplier registered in a foreign country has no permit (licence) issued in accordance with Cabinet

18

Regulation No. 926 of 18 August 2009 “Regulations on the Circulation of Equipment, Devices, or Instruments and Components Thereof Specifically Created or Adjusted for Operational Activities to be Performed in a Special Way” for the commercial activity using the equipment, devices, or instruments and components thereof specifically created or adjusted for operational activities to be performed in a special way, which are referred to in the National List of Goods and Services of Strategic Significance of the Republic of Latvia, the licence of the goods of strategic significance, pursuant to Cabinet Regulation No. 657 of 20 July 2010 “Procedures for Issuing or Rejecting the Issue of Licences of Goods of Strategic Significance and Other Documents Related to the Circulation of Goods of Strategic Significance”, shall be ensured by the Contracting Authority).3.2. The Supplier shall carry out the supply of the Goods to Talejas iela 1, Riga, within the working hours of the Contracting Authority harmonised with the authorised person of the Contracting Authority (Monday to Thursday: 8:15 – 17:00, and on Fridays 8:15 – 15:45).3.3. The authorised person of the Contracting Authority shall verify the quality of the supplied Goods and their conformity to the requirements set herein and in the Annex hereto, as well as the requirements of the regulatory enactments of the Republic of Latvia within three (3) business days after the day the Goods are received. If the Goods comply with all the said requirements, the authorised person of the Contracting Authority shall sign the Goods consignment note.3.4. During the supply of the Goods, the Supplier shall issue the technical documentation of the relevant Goods in Latvian or English in hard copy and the user manual in Latvian or English (in hard copy or on a data carrier, including information on the application, use, storage, maintenance of the Goods, etc.) along with the Goods consignment note to the authorised person of the Contracting Authority. 3.5. The authorised person of the Contracting Authority shall, upon discovering the non-conformity of the received Goods to the requirements set forth in the applicable regulatory enactments of the Republic of Latvia, requirements set forth herein or the Annex hereto (quality, quantity and other inconsistencies), refuse from signing the Goods consignment note within three (3) business days following the day the Goods are received and send an electronic complaint to the authorised person of the Supplier.3.6. In the event of the supply of the Goods of poor quality or non-compliant with the requirements set herein, in the Annex hereto or regulatory enactments in force in the Republic of Latvia, the Supplier shall eliminate the defects of the supplied Goods at its own expense, if necessary, replacing it with the appropriate Goods compliant with the provisions of the Contract. 3.8. The supply of the Goods in full, its conformity to the requirements set herein, in the Annex hereto and regulatory enactments in force in the Republic of Latvia shall be certified by the Goods consignment note signed by the authorised person of Contracting Authority.3.9. If the Supplier is unable to deliver the Goods specified in the Annex hereto due to objective (provable) circumstances (discontinuation of production of the Goods, etc.), the Supplier, upon sending a motivated letter to the Contracting Authority and receiving a written consent from the Contracting Authority, may offer the Contracting Authority to the supply of equivalent Goods with the same or better characteristics and technical parameters, without exceeding the price of the Goods specified in the Annex hereto.

4. WARRANTY CONDITIONS OF THE GOODS4.1. The Supplier shall guarantee that the supplied Goods will comply with the conditions of the Contract and the Annex thereto and the requirements set forth in the regulatory enactments of the Republic of Latvia.4.2. The Supplier shall provide the supplied Goods with a warranty of at least _______ (___________________) months following the day the Goods are received and a consignment note is signed.

19

4.3. During the warranty period of the Goods, if the Contracting Authority has stored and/or used the Goods in compliance with the Goods user’s manual, the Supplier shall eliminate the defects of the supplied Goods at its own expense, if necessary, replacing them with the new Goods compliant with the provisions of the Contract, within _________________ (__) days following the day the complaint of the Contracting Authority’s authorised person is sent.

5. LIABILITY OF THE PARTIES5.1. For the Supplier:5.1.1. If the Supplier fails to observe the period of supply of the Goods referred to in Sub-clause 3.1 herein, the Contracting Authority shall be entitled to require the Supplier to pay a contractual penalty of EUR 10.00 (ten euros) for each day of delay, but in total not exceeding 10% (ten percent) of the Contract amount excluding VAT.5.1.2. If the Supplier fails to observe the period set in Sub-clause 4.3 herein for the elimination of defects of the Goods within the warranty period of the Goods specified in Sub-clause 4.2 herein, the Contracting Authority shall have the right to require the Supplier to pay a contractual penalty of EUR 50.00 (fifty euros and 00 cents) for each day of delay, but in total not exceeding 10% (ten percent) of the amount of the total Contract amount specified in Sub-clause 2.1 herein excluding VAT until the full elimination of defects of the Goods;5.1.4. If the Supplier fails to comply with the information non-disclosability conditions set in Sub-clause 8.1 herein, the Contracting Authority shall have the right to require the Supplier to pay a contractual penalty of EUR 1,000.00 (one thousand euros and 00 cents). 5.2. If the Contracting Authority fails to make payments for the performed supply of the Goods within the period specified in Sub-clause 2.3 herein, the Supplier shall have the right to require the Contracting Authority to pay a contractual penalty of 0.1% (one tenth of one percent) of the value of the supplied and non-paid Goods for each delayed payment day, but not exceeding 10% (ten percent) of the amount of outstanding payment excluding VAT.5.3. The Parties shall be obliged to reimburse losses incurred by the other Party, if such losses have occurred as the result of act or omission of the Party, and the fact of presence of losses, the amount of losses, as well as causal relationship between the relevant act or omission and the losses incurred have been established and proved.5.4. The payment of the contractual penalty shall not relieve the Parties from the duty to fulfil other obligations hereunder.

6. PERIOD OF VALIDITY OF THE CONTRACT6.1. The Contract shall enter into force upon the signing thereof by the Parties. The date of signing of the Contract by the Parties shall be indicated in the upper right corner of the first page of the Contract.6.2. The Contract shall be valid until the complete fulfilment of the Parties’ obligations.6.4. The Parties shall be entitled to unilaterally terminate the Contract by notifying the other Party in writing at least twenty (20) days in advance. 6.5. Regardless of the termination of the Contract, the Supplier shall ensure the timely and qualitative fulfilment of warranty conditions of the Goods determined herein.

7. FORCE MAJEURE7.1. Force majeure shall mean any unpredictable emergency situation or event which is beyond the control of the Parties and is caused due to the reason other than a mistake or inattentive actions thereof, and impedes either of the Parties to fulfil any of the obligations specified in the Contract, and which could not have been avoided by taking proper protection measures. For the purposes of the Contract, an event which is unavoidable and the consequences of which cannot be overcome; which could not have been foreseen at the moment of entering into the Contract; which has occurred due to a reason other than the actions of the Party or a person under control thereof, and which makes the fulfilment of

20

obligations not only burdensome, but also impossible, shall be recognised as force majeure circumstances. The Parties shall be discharged from liability for complete or partial default on obligations if and when such default has occurred due to force majeure. For the respective Party to be relieved from the liability for fulfilling the obligations hereunder, it shall take all the necessary measures to overcome the obstacles to the fulfilment of the Contract created by force majeure. Such force majeure circumstances shall include the following emergency situations and events: natural disasters, fire, flood, other acts of God, public disturbances, bankruptcies, war, military actions, etc.7.2. The Party, the fulfilment of whose contractual obligations is affected by force majeure circumstances, shall without delay inform the other Party in writing within three (3) business days following the occurrence of such circumstances, and a confirmation shall be attached to the notification, issued by the competent authorities and certifying and characterising the above circumstances.7.3. The Parties shall be discharged from liability in accordance with Sub-clause 7.1 of the Contract only regarding the period of force majeure. If such circumstances continue for more than two (2) months, either Party shall be entitled to terminate the Contract due to its implementation impossibility.7.4. The defects of Supplier’s equipment or materials or delays in their supply (unless issues referred to directly result from force majeure), labour disputes or strikes shall not be deemed force majeure.

8. NON-DISCLOSABILITY OF INFORMATION8.1. The Supplier undertakes, during the entire period of cooperation, as well as afterwards, to refrain from disclosing to third parties the technical, financial and other information regarding the Contracting Authority obtained and held in relation with the fulfilment of the Contract.8.2. All information provided by the Contracting Authority to the Supplier during the fulfilment of the Contract shall be treated as non-disclosable and may not be disclosed or publicised without a written consent from the Contracting Authority. 8.3. The aforementioned information shall not be treated as non-disclosable, if it has become publicly available in accordance with the requirements of regulatory enactments of the Republic of Latvia (included in the public reviews and reports drawn up by the administration and accounting of the Parties, etc.).

9. OTHER PROVISIONS9.1. This Contract shall reflect the Parties’ agreement with respect to the subject-matter of the Contract and shall revoke all previous negotiations, correspondence and agreements in force between the Parties before the signing of the Contract with respect to the subject-matter of the Contract.9.2. If any of the Contract provisions becomes null and void due to amendments to the applicable laws and regulations of the Republic of Latvia, the remaining provisions of the Contract shall remain in force, and in such a case, the Parties shall be obliged to adjust the Contract in compliance with the applicable laws and regulations of the Republic of Latvia.9.3. If the legal status of either of the Parties, the signature rights of officials of the Parties, the owners or managers of the Parties, or any details, phone numbers, addresses, etc. of the Parties referred to herein change significantly, the respective Party shall, without delay, but no later than within five (5) business days notify the other Party thereof in writing, by sending a letter. This notification shall become binding for the Party on the seventh (7th) business day following the day it has been sent. If the Party fails to fulfil the provisions of this Sub-clause, it shall be considered that the other Party has fulfilled its obligations by using the information regarding the Party as indicated herein. The conditions referred to in this Sub-clause shall apply also to the authorised persons of the Parties and their details referred to herein. A letter concerning changes to the Contracting Authority’s authorised persons or their data shall be

21

signed by the Director of the Finance Department of the State Revenue Service or by a person replacing him/her.9.4. The restructuring of the Parties or change of managers thereof shall not justify the suspension or termination of the Contract. In the event either of the Parties is restructured, the Contract shall remain in force and its provisions shall be binding to the legal successors of the Parties. The Supplier shall notify the Contracting Authority of the occurrence of such circumstances thirty (30) days in advance.9.5. The Parties shall settle disputes that may arise as a consequence of the fulfilment of the Contract or in relation to the Contract through negotiations. In case an agreement cannot be reached, the dispute shall be settled in a court of the Republic of Latvia pursuant to the procedures laid down in laws and regulations.9.6. The issues that are not stipulated herein shall be resolved by the Parties in accordance with laws and regulations in force in the Republic of Latvia.9.7. The Parties shall agree in writing about amendments and supplements to the Contract, except for the case stipulated in Sub-clause 9.3 herein. The amendments and supplements to the Contract shall be integral parts of the Contract.9.8. Neither of the Parties shall be entitled to transfer its rights and obligations relating to the Contract or arising therefrom to a third party without the written consent of the other Party.9.9. The Parties shall agree that the matters related to the execution of the Contract (submission of complaints, carrying out correspondence, signing of consignment note, applying the elimination of Equipment defects, etc.) will be resolved by the following authorised persons of the Parties:

9.9.1. on the part of the Contracting Authority — Oļegs Bondars, Inspector of the First Specialised Task Division of the SRS TCPD Specialised Task Unit (telephone: +371 67120283, e-mail: [email protected]) or Sergejs Provorovs, Inspector of the First Specialised Task Division of the SRS TCPD Specialised Task Unit (telephone: +371 67120690, e-mail: [email protected]).

9.9.2. on the part of the Supplier — ________________ (telephone: ________, mob. phone: ________, fax: ________, e-mail: _________). 9.10. The authorised person of the Contracting Authority shall send complaints to the authorised person of the Supplier by email. The time of sending shall be specified on the printout of the email report of the Contracting Authority regarding the delivered email (delivery to the addressee’s server) (for an email, time shall be recorded and stored in an electronic format as well), which shall become an integral part of the Contract; which can be used by either of the Parties as a proof for sending the relevant email letter if necessary; and based on which, fine sanctions may be applied to the Supplier for failure to comply with deadlines specified herein, as well as for failure to fulfil tasks. 9.11. The authorised persons of the Parties shall not be entitled to introduce amendments or adjustments to the Contract or the Annex thereto.9.12. The Contract has been drawn up in Latvian (in the event the Contract is entered into with a merchant that is not registered in the Republic of Latvia, the Contract shall be supplemented with a reference to English) on ____ (_) pages with an annex on ____ (_) pages. The Contract has been drawn up in two (2) identical copies, each Party receives one (1) copy. Both copies of the Contract shall have equal legal force.

10. Details of the Parties

Contracting Authority:State Revenue ServiceTalejas iela 1, Riga, LV-1978Taxpayer’s reg. No.: 90000069281Tel.: +371 67122689

Supplier:

Reg. No.: Tel.: ; fax:

22

Details for settlements:Account No.: LV26TREL2130056037000State Treasury Code: TRELLV22

___________________________________Director General ____________________

Details for settlements:Account No.:

Code:

___________________________________________ __________________

23

Annex__ ___________ 2018

Contract No. FM VID 2018/119

TECHNICAL SPECIFICATION AND PRECES OF THE GOODS

The State Revenue Service, represented by its Director General _____________________________________________________________ acting on the basis of ______________________________________________________ (hereinafter referred to as the “Contracting Authority”), of the one part, and _____________ represented by its _____________ _________________ acting pursuant to _________, (hereinafter referred to as the “Supplier”), of the other part, both jointly referred to as the “Parties” and each individually as the “Party”, based on the results of the public procurement No.  FM VID 2018/119 “Supply of a Set of Additional Elements of Special-Purpose A/V Equipment with Accessories”, agree on the following technical specification and prices of the Goods:

To be supplemented in compliance with the tender of the selected tenderer.

Signatures of the Parties:

Contracting Authority:State Revenue Service

Director General _____________________________________________

L.S.

Supplier:_____________________

____________________________ ____________________________

L.S.

24