· web view2. procurement documents. public tender . in accordance with the open procedure . no....

137
PROCUREMENT DOCUMENTS PUBLIC TENDER IN ACCORDANCE WITH THE OPEN PROCEDURE No.

Upload: phungnhan

Post on 24-Nov-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

PROCUREMENT DOCUMENTS

PUBLIC TENDER

IN ACCORDANCE WITH THE OPEN PROCEDURE

No.

JN-B0782

Procurement documents JN-B0782

Purchase of audio mixing consoles and

audio router

2

Procurement documents JN-B0782

CONTENTS

1. INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER 4

2. INSTRUCTIONS FOR MAKING BIDS 5

2.1. CONTRACTING AUTHORITY OF THE PUBLIC TENDER 5

2.2. LEGAL GROUND 5

2.3. BASIC RULES OF OPERATION 5

3. SUBJECT OF THE PUBLIC PROCUREMENT 6

3.1. GENERAL DESCRIPTION 6

3.2. TECHNICAL REQUIREMENTS AND SPECIFICATIONS 6

3.2.1. LOCATION LJUBLJANA 6

3.2.2. LOCATION KOPER 12

3.2.3. LOCATION MARIBOR 17

3.2.4. LOCATION LENDAVA 21

3.2.5. CONFIGURATION OF THE SYSTEMS (APPLIES TO ALL LOCATIONS) 24

3.2.6. TECHNICAL DOCUMENTATION (APPLIES TO ALL LOCATIONS) 24

3.2.7. TRAINING AND MANUALS (APPLY TO ALL LOCATIONS) 24

3.2.8. OTHER GENERAL REQUIREMENTS (APPLY TO ALL LOCATIONS) 25

4. BID DOCUMENTATION 27

4.1. GENERAL CONDITIONS FOR MAKING BID DOCUMENTATION 27

4.1.1. Clarification to the Procurement Documents 27

4.1.2. Language 27

4.1.3. Marking 27

4.1.4. Contents of a bid 27

4.1.5. Alternative bids and variant bids 28

4.1.6. Only one bid from each Bidder 28

4.1.7. Form of a bid 28

4.1.8. Validity of the bids 28

4.2. DOCUMENTS IN THE BIDS 29

4.2.1. Data on Bidder and bid 29

3

Procurement documents JN-B0782

4.2.2. Contents of the bid documentation 29

4.2.3. Form of an offer that has to contain: 29

4.2.4. Pro-forma invoice 29

4.2.5. Warranty conditions of the Bidder 30

4.2.6. Declaration regarding the spare parts 30

4.2.7. Declaration of the Bidder - all the offered equipment is factory-new 30

4.2.8. Declaration of the Bidder regarding the software upgrades 30

4.2.9. Statement of the Manufacturer or the Principal 30

4.2.10. Sample of the contract 30

4.2.11. Guarantee for the seriousness of the bid 30

4.2.12. Declaration, stating the Bidder shall provide a performance guarantee 30

4.2.13. Statement on the forwarding of data in the disclosure of the Bidder's ownership 31

4.2.14. Technical documentation 31

4.2.15. Form ESPD 31

4.3. VERIFICATION OF CAPABILITY AND CONDITIONS FOR PARTICIPATION 32

4.3.1. Verification of exclusion grounds – Bidders with the registered office in the Republic of Slovenia 32

4.3.2. Verification of conditions for participation – Bidders with the registered office in the Republic of Slovenia 32

4.3.3. Verification of exclusion grounds – Bidders with the registered office outside of the Republic of Slovenia 33

4.3.4. Verification of conditions for participation – Bidders with the registered office outside of the Republic of Slovenia 33

5. CONTRACT AWARD CRITERIA 34

5.1. TWO BIDS WITH EQUAL BEST EVALUATION RESULT 34

6. REVIEW CLAIM 34

6.1. LEGAL BASE AND TERMS FOR SUBMISSION 34

6.2. METHOD OF SUBMITTING THE REVIEW CLAIM 34

7. FORMS34

DATA ON BIDDER AND BID 35

FORM OFFER – LOCATION LJUBLJANA 36

FORM OFFER – LOCATION KOPER37

4

Procurement documents JN-B0782

FORM OFFER – LOCATION MARIBOR 38

FORM OFFER – LOCATION LENDAVA 39

PROFORMA INVOICE 40

DECLARATION OF THE BIDDER REGARDING THE SPARE PARTS 41

DECLARATION OF THE BIDDER – ALL THE OFFERED EQUIPMENT IS FACTORY NEW 42

DECLARATION OF THE BIDDER REGARDING THE SOFTWARE UPGRADES 43

STATEMENT OF THE MANUFACTURER 44

STATEMENT OF THE PRINCIPAL 45

SAMPLE CONTRACT 46

GUARANTEE FOR THE SERIOUSNESS OF BID NO...... 58

STATEMENT REGARDING THE PERFORMANCE GUARANTEE 59

STATEMENT ON THE FORWARDING OF DATA IN THE DISCLOSUREOF THE BIDDER'S OWNERSHIP 60

EXPLANATION OF THE PROCUREMENT DOCUMENTS NO. JN-B0782 63

5

Procurement documents JN-B0782

1. INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER

Pursuant to Item a) of the first paragraph of Article 39 of the Public Procurement Act (Official Gazette of the Republic of Slovenia no. 91/2015, hereinafter: the ZJN-3), Radiotelevizija Slovenija, Public Institution, publishes the public tender in accordance with the open procedure for:

the purchase of audio mixing consoles and audio router.

Bids in four copies (one original and three copies) must be sent in sealed envelopes to the address:

“Javni zavod RTV SLOVENIJA, KOLODVORSKA 2,VLOŽIŠČE, 1550 LJUBLJANA, SLOVENIA”, with the postscript: "DO NOT OPEN - FOR TENDER - BID FOR TENDER NO. JN-B0782 – Audio mixing consoles and audio router “. The full address of the Bidder is to be written on the envelope.

The term for acceptance of bids is until 08.00 a.m. on 28 th September, 2017 . Bids received after that time limit will not be counted and will be returned unopened to the Bidders.

Public opening of bids will be on 28 th September , 2017 at 09.00 a.m. on the premises of Javni Zavod RTV Slovenija at Komenskega Street 7 in Ljubljana.

6

Procurement documents JN-B0782

Before the public opening of the bids the present participants of the Bidders have to hand over written authorizations for participation on the public opening.

Ljubljana, 22nd August, 2017 Commercial Department of

RTV Slovenija

7

Procurement documents JN-B0782

2. INSTRUCTIONS FOR MAKING BIDS

2.1. CONTRACTING AUTHORITY OF THE PUBLIC TENDER

Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana

VAT No.: SI29865174; Corporate registry No.: 5056497

Bids will be appraised by the General Manager appointed professional commission. The Decision on the award of a Contract will be issued by the Director General of Javni Zavod RTV Slovenija. In the evaluation of the tender the commission will take account of the criteria that are the constituent part of the procurement documents.

The chosen Bidder must enter into a signed Contract within 8 days after receiving the “Decision on the Award of a Contract”. In the case of a Bidder not entering into a signed Contract, the Contracting Authority will validate the guarantee on the seriousness of the bid.

The Contracting Authority reserves the right to vary from the published values and quantities when selecting bids, subject to available financial resources and actual needs.

In case of receiving inadmissible bids, the Contracting Authority shall annul the tender. The Contracting Authority reserves the right not to choose any of the bids (according to Art. 90 of ZJN-3).

2.2. LEGAL GROUND

The Public Procurement of Javni Zavod RTV Slovenija (hereinafter referred to as: Contracting Authority) is carried out in accordance with the valid Public Procurement Act (ZJN-3) and by-laws applicable, Public Integrity and Corruption Prevention Act (ZIntPK-UPB2) and in accordance with the legislation being valid on the field of public finances and on the field that is the subject of this public tender.

2.3. BASIC RULES OF OPERATION

8

Procurement documents JN-B0782

Every Bidder’s attempt to affect the treatment of the Contracting Authority or decision on the selection shall result in rejection of his Tender. The same applies to all attempts related to the work and decision of the Evaluation Committee.

In the period from the publication until the conclusion of the Contract the Bidder shall be not allowed to commence and perform any actions, which might prior determine the selection of a defined bid. In the period from the selection of a Bid until the Contract comes into force the Bidder shall be not allowed to commence any actions, which might cause the Contract to become void and unfulfilled. In case the procedure is stayed the Bidder shall not commence or perform any procedures, which might aggravate the invalidation or objectivity of the Review Commission.

9

Procurement documents JN-B0782

3. SUBJECT OF THE PUBLIC PROCUREMENT

3.1. GENERAL DESCRIPTION

The subject of public procurement (tender) is the purchase of audio mixing consoles and audio router.

RTV Slovenija intends to purchase systems of on air audio mixing consoles for its radio studios situated in Ljubljana, Koper, Maribor and Lendava. Technical specifications and other requirements for the equipment are given for each location separately. In the same way, the Bidder has to prepare technical configuration and price specification including all costs separately for each location.

The bidden equipment must comply with all requirements and specification otherwise of the public tender, otherwise the bid will be rejected from further proceeding of public tender.

3.2. TECHNICAL REQUIREMENTS AND SPECIFICATIONS

3.2.1. LOCATION LJUBLJANA

3.2.1.1. GENERAL DESCRIPTION OF EQUIPMENT ON LOCATION LJUBLJANA

The subject of the public tender on location Ljubljana is the purchase of:

4 audio on air mixing consoles and

1 audio router

Besides the 4 new ones, the router will connect also existing consoles on location in Ljubljana.

The consoles are designated as LJ-2, LJ-4, LJ-12 and LJ-ob.

LJ-2 and LJ-4 will be installed in 2 different studios producing on air services.

LJ-12 will be installed in larger studio intended for round tables and some visual radio production.

10

Procurement documents JN-B0782

LJ-ob will be used for outside broadcasting.

The consoles will be connected to the audio router, designated LJ-MCR and located in master control room.

The equipment must carry the CE mark in order to meet all adequate EU safety standards.

3.2.1.2. DELIVERY SCHEDULE FOR LOCATION LJUBLJANA

The Equipment for location Ljubljana must be delivered at the latest within 6 (six) weeks after the beginning of the Contract validity.

3.2.1.3. TECHNICAL REQUIREMENTS AND SPECIFICATIONS FOR THE CONSOLES

The quoted characteristics should be equal or better than the required ones. They apply to all consoles on location in Ljubljana.

The build of the consoles must be modular and suitable for decentralized structure. The control surface (faders, switches, displays) must be organized in modules; the same applies to audio engine.

The control surface modules should be suitable for flush mount into working desk.

Color touch screen displays located over fader modules show information about different channel strip parameters and enable execution of different functions.

Color touch screen display located over monitoring/control module shows real time clock, various audio level meters and other information depending on the operating mode of the console.

Connections between modules should be implemented with Cat 5/6 cables or fibre optic cables for distances over 100 m.

Consoles must share input and output resources with each other:

They must be part of “logical” network, where all audio resources can be shared between mixing consoles. They must be able to simultaneously share at least 128 x 128 inputs and output signals between LJ-2 and LJ-4, LJ-2 and LJ-12 and so on.

Communication must be feasible between all talkback units in the network.

Fader modules on one console must be capable of taking control over another mixing console, for example: program on LJ-2 can be controlled by fader unit on LJ-12 and vice versa.

11

Procurement documents JN-B0782

The audio engine modules should be noiseless so that there is no need to install them in separate room.

P&G faders, length 100 mm, motorized

40 bit floating point signal processing

Redundant power supply

Hot swappable modules

Possibility to access all parameters of the console with PC

Individual levels of user rights

Possibility to save the console configuration to external media (USB, memory card)

Snapshots

fS: 48 kHz, 44.1 kHz

EIN (RS = 200 ohm) <= -124 dBu

FS analog input level: +15 dBu

Sample rate converters on all AES3 inputs

Synchronization: AES11, word clock, internal fs generator in absence of ext. sync

Synchronization of real time: NTP

Possibility to upgrade the console to operate in 5.1

Audio input routing matrix with display of input source name

Channel functions should include also:

Low cut filter

Mono, stereo, LL, RR, phase invert

4 band parametric EQ

Expander, gate, compressor, limiter, de-esser

PAN/BAL

Channel ON/OFF

PFL

Red light signalling

Audio level metering according to EBU R128

Core must be capable of processing 24 fader channels simultaneously.

The communication between control room and studios is realized by talkback units.

12

Procurement documents JN-B0782

Studio talkback unit

Talkback unit must have possibility to communicate with all others talkback units on location in Ljubljana. Tabletop version is required.

Specification:

Configurable touch screen display

3 mechanical or touch screen faders

Cough key

Loudspeakers mute in case of one of the microphones is active

Speakers volume rotary button

Headphones volume rotary button

Built in loudspeaker

XLR microphone input or built in microphone

Headphones output, 6.3 jack

At least 10 programmable mechanical or touch screen keys for selection of various monitoring sources

Set of several programmable mechanical or touch screen keys to select talkback destinations including

Talkback to control rooms

Talkback to other studios

Talkback to AUX or clean feeds

Additional requirements for the consoles on location in Ljubljana

LJ-2 LJ-4 LJ-12 LJ-ob

Motorized faders (Flush Mount) 4 x 6 4 x 6 5 x 4 16

Rotary and pushbutton controls over channel faders

- - yes -

Displays over faders and control modules yes yes yesmaster display

only

Microphone In 12 8 12 8

Line In 8 8 8 16

13

Procurement documents JN-B0782

LJ-2 LJ-4 LJ-12 LJ-ob

Line Out 8 8 8 16

AES3 In 8 8 8 8

AES3 Out 8 8 8 8

GPIO 8 In, 8 Out 8 In, 8 Out 8 In, 8 Out 8 In, 8 Out

Dante interface with at least 20 channels 1 1 1 1

Headphones Out (with individual volume adjustment)

12 8 12 2

Summing bus 22 22 22 12

PFL bus 2 2 2 1

TB module in console with least 10 programmable keys to select talkback destinations

1 1 1 1

studio TB unit 2 3 1 -

Automix yes yes yes -

14

Procurement documents JN-B0782

3.2.1.4. TECHNICAL REQUIREMENTS AND SPECIFICATIONS FOR THE MASTER CONTROL ROOM ROUTER

LJ-MCR is an audio router. It should provide connections between the new audio consoles, already existing ones and various audio communication equipment. The operator's console and one set of router modules are located in master control room. The second set of router modules is located on remote location and connected to the first set with fibre optic cables.

The arrangement of the locations is shown on the diagram.

15

Procurement documents JN-B0782

16

Procurement documents JN-B0782

General requirements for the router LJ-MCR must be fully integrated with other products specified in this tender. It must create a

“logical” network where all audio resources can be shared between mixing consoles. Simultaneously it must be able to share at least 128 x 128 inputs and output signals between LJ-MCR and LJ-2, LJ-MCR and LJ-4 and LJ-MCR and LJ-12.

Click-less switching (without pops & clicks)

Routing AES3 channels individually

Digital silence on the output in case the input is removed

Silence detection

Generation of alarms and error messages

Optional transformer isolated balanced analogue I/Os

Core Modules should meet 19” rack mounting standard.

The core and the power supply should be fully redundant, with automatic changeover in case of failure.

The system must be capable of routing at least 6.000 x 6.000 channels.

Connection between different cores must be realized with standard Cat 5/6 cables and RJ45 connectors. Fibre optic cables should be used for distances longer than 100 m.

Operator's console

Operator's console consists of:

TB unit as specified in description of studio TB unit.

With 3 faders on TB unit, it should be possible to take over control of 3 inputs on one of the consoles connected to the network.

Rack mount control panel with at least 60 mechanical programmable keys to select the source for the 1st loudspeaker pair, the source for the 2nd loudspeaker pair and to make/brake other connections.

Rotary controls for volume/balance for 2 pairs of self-amplified monitoring loudspeakers.

Rotary control for headphones

At least 10” touch screen monitor for direct control of LJ-MCR system. Functions displayed on the screen must be configurable.

I/O modules for connection of equipment in Master control room

17

Procurement documents JN-B0782

I/O modules in the master control room provide connections for various audio, communication or measuring equipment. They are specified in the following table.

Microphone In 4

Headphones Out 4

Line In 40

Line Out 40

AES/EBU In 28

AES/EBU Out 28

Dante IP Audio Interface 1

MADI In/Out 1

18

Procurement documents JN-B0782

I/O modules for connection of existing mixing consoles in studios.Mixing consoles are connected to AES3 I/O modules. Studios are located relatively close together so it is possible to connect more than one console to the same I/O module. The distance between any studio and MCR is less than 100 m so the I/O modules can be connected to the router with Cat 5/6 cables. The router must provide appropriate number of Cat 5/6 connections for the following I/Os.

AES3 In 11 x 4 + 2 x 12

AES3 Out 11 x 4 + 2 x 12

*See the block diagram above. The table is based on example where one I/O module contains 4 AES3 inputs and 4 outputs.

I/O modules on remote location

Line In 12

Line Out 12

AES3 In 40

AES3 Out 40

*Distance between remote location and MCR is about 300 meters so the connection must be implemented with optical cables.

Software Configuration and control SW should use English language

Software for displaying the console info and metering on PC display

Possibility of controlling and managing the system with PCs from several locations

Possibility to create configuration backups

Different levels of access rights

User friendly graphical interface showing matrix view or list view

Salvo switching

Scheduled switching

Eventual SW licenses required for implementation of required functions must be included in the bid

19

Procurement documents JN-B0782

3.2.2. LOCATION KOPER

3.2.2.1. GENERAL DESCRIPTION OF EQUIPMENT ON LOCATION KOPER

The subject of the public tender in Koper is the purchase of 3 (three) digital audio consoles intended for broadcasting and recording:

Part 1:

Audio console for Studio 01 with all additional requirements and connectivity to existing system »STUDER Route 6000«.

Audio console for Studio 02 with all additional requirements

Part 2:

Audio console for Studio 03

3.2.2.2. DELIVERY SCHEDULE FOR LOCATION KOPER

The equipment for location Koper must be delivered in two parts:

1. Part of equipment at the latest within 6 (six) weeks after the beginning of the Contract validity;

2. Part of equipment in the II. Quarter of the year 2018.

3.2.2.3. TECHNICAL REQUIREMENTS AND SPECIFICATIONS

Required standards

The supplied equipment must meet the AES3-1992.

Required documentation and manuals

Upon delivery of the equipment, the Bidder must supply the following documentation for each part:

20

Procurement documents JN-B0782

operational instructions

service manual

Technical specification

The digital audio mixing console must be in a modular form construction and consists of control surface, which can be placed in the studio room and main core (DSP) unit that can be placed in a technical stand inside the server room, with associated units:

input analog mic/line units

output analog line units

digital AES/EBU input units with SRC

digital AES/EBU output units

System requirements

The system must be designed in digital technology

The system must be stable and reliable

Easy operations and management

Requirements for the assembly of the control part of the digital audio mixing console

Audio console must have a minimum of 17 large physical motorized faders with small display showing the channel info, minimum 4 programmable push buttons and minimum 1 rotary encoder near each fader.

Minimum of 30 additional push buttons with freely assignable functions.

The control part must be divided into individual bays with flush mount fitting.

Features

All inputs must have N-1 function.

Digital audio mixing console must be equipped with the functions detailed below on all of the channels:

Dynamic section21

Procurement documents JN-B0782

Auto gain

Auto mix

Ducking

Compressor with adjustable threshold level and attack time

Limiter with adjustable threshold level, and attack time

Expander with adjustable threshold level and ratio

Gate with adjustable threshold level and attack time

Panorama regulation with the option for mono, stereo

Filters

The modules must be fitted with three-band parametric filter

LP filter

HP filter

Graphical representation of frequency characteristics of the filters must be visible on the LCD (TFT) display

Phantom power

Microphone inputs must be equipped with a 48V phantom ON/OFF power switch.

Mix buses

MIX buses must permit operation of the audio console in both (mono and stereo) modes.

Technical requirements

24-bit D/A conversion (DAC analog outputs).

48 kHz sampling frequency.

Sample rate converters on all AES/EBU inputs.

22

Procurement documents JN-B0782

The system must allow replacement of the modules or cards with active system - processor (hot swapping).

Mixer must be equipped with an audio matrix switcher.

The system must be configurable via Ethernet TCP/IP.

The measurement of the audio signal according to Recommendation ITU-R BS.1770-1, EBU R128.

Mixer (control part) must be physically separated from the core unit (DSP).

The system must be expandable for future upgrading, extending the capacity of the audio mixers with additional processing units - cores DSP, control units and input/output units.

Symmetrical 110 ohm digital input/output connectors.

Operational analog signal level of 6 dBu must correspond to a digital signal level of -9 dBFS.

The allowed length of the cables between the core and the control surface must be at least 40 m.

The allowed length of the cables between the cores must be at least 100 m.

Instruments – Display

Minimum 10" tabletop multi touch LCD display for monitoring and showing measurement of the audio signal:

input channels output channel monitor channels

The scale of the measuring instrument must be expressed in dBFS with the maximum upper level of 0 dBFS.

It also has to:

display the overload warning sign

showing the mono compatibility indicator of the stereo signal

general desk control and configuration

loudness signal metering

Synchronization

Digital audio mixing consoles should automatically synchronize to the word clock or AES3. In the event of failure of the external synchronization, the system must ensure automatic switching to internal synchronization generator.

23

Procurement documents JN-B0782

Requirements for the system assembly

Part 1 Part 2

Studio 01 Studio 02 Studio 03

Motorized faders in minimum 4 separate bays with flush mount fitting

17 17 17

Control – main bay with programmable push buttons, monitoring control and general desk control. With minimum 4 separate rotary encoders for eq & gain. With

flush mount fitting

1 1 1

Minimum 10" tabletop multi touch LCD display for metering and general console configuration

1 1 1

Additional programmable push buttons

(minimum)

30 30 30

MIC/LINE inputs 8 8 8

Analog line outputs 8 8 8

AES3 In with SRC 18 18 18

AES3 Out 10 10 10

GPIO8 In,

10 Out

8 In,

10 Out

8 In,

10 Out

Summing buses 24 24 24

PFL bus 2 2 2

Table top remote module for adjacent editing/recording booth with at least 4 mechanical or touch screen faders, at least 4 programmable push buttons and loudness metering

2 2 -

Remote module - LINE inputs 4 4 -

Remote module - LINE analog outputs 4 4

Remote module - AES3 inputs 4 4 -

Remote module - AES3 outputs 4 4 -24

Procurement documents JN-B0782

Part 1 Part 2

Studio 01 Studio 02 Studio 03

Remote module - MIC inputs 2 2

Remote module - headphones outputs with level regulation 1 1 -

Remote module - monitoring outputs with level regulation 1 1 -

Additional core unit (DSP) with all necessary equipment for connection to the existing system Studer Route 6000 via optical multi-mode MADI connection:

64 sources of the existing system Studer Route 6000 must be available on all offered audio mixing consoles.

1 - -

Additional requirements

Possibility of conference mode of the resources into N-1 mode.

Remote start of external equipment.

Display of the operational function of the channel next to the controller, separately from the main display on individual modules.

Multi-level resource management (multi-layer).

All digital inputs must have the option of converting the sampling frequency of 44.1 kHz/48 kHz

In general, the provider must equip the digital audio mixing consoles (depending on its specifications) with a sufficient number of analog or digital inputs/outputs or MADI cards specified in the technical specifications (for the purpose of monitoring, headphones, sync ...).

Monitoring

Digital audio mixing consoles must have the following monitoring outputs:

for control room listening

for studio listening

monitor outputs for listening to MAIN STEREO

25

Procurement documents JN-B0782

monitor output for listening to PFL

Automation

Static automation.

Recording and storing of static mixers sheets (snapshots).

Connectivity

Additional core unit (DSP) with all necessary equipment for connection to the existing system »STUDER Route 6000«. via optical multi-mode MADI I/O connection.

64 sources of the existing system »STUDER Route 6000«.must be available on all offered audio mixing consoles.

Audio inputs and outputs from all mixing consoles must be shareable within the consoles (all the sources from all the consoles must be available on every single console).

Software

Software with licenses for core (DSP) connectivity.

Software with licenses for configuration and management of the consoles and cores (DSP).

Software with licenses for displaying the console info and metering on PC display.

Various levels of user rights for the console configuration and usage.

Redundant power

Core units (DSP) must have a redundant power supply

26

Procurement documents JN-B0782

Overview

27

Procurement documents JN-B0782

3.2.3. LOCATION MARIBOR

3.2.3.1. GENERAL DESCRIPTION OF EQUIPMENT ON LOCATION MARIBOR

The subjects of the public tender for location Maribor is the purchase of mixing consoles and communication (talkback) equipment. The equipment will be installed in 1 radio on air studio, 4 production studios, 3 dedicated talk studios and 4 other working places.

The studios and working places are designated as:

- ONAIR – main on air studio

- POG01 – dedicated talk studio for ONAIR

- 08 – secondary production studio

- 02 – main production studio which can also be used as spare on air studio

- POG02 – dedicated talk studio for 02

- 04 – production studio

- POG04 – dedicated talk studio for 04

- 07 – secondary production studio - news production studio

- MB-MCR – Maribor master control room

- DUR – daily editor/producer

- DIR – news editor

- GL – music editor

- REAL – radio broadcast assistant (realization)

Details are available in Maribor - Appendix 1.

The mixing consoles must be in a modular form construction and consist of control surfaces, main DSP core units and audio I/O modules.

28

Procurement documents JN-B0782

All equipment on location Maribor should be connected to 2 physical DSP core units as it can be seen on Maribor - Appendix 2. The third physical DSP core unit in suitable configuration should be added as a spare on the shelf (not connected).

All cores, connection equipment and some I/O equipment (for audio computers, telephony…) will be installed in MB-MCR. I/O equipment, directly attached to different studios, will be installed directly inside that studio.

Both physical DSP cores should be connected in the way that all inputs from both cores are available on every control unit (fader bay).

Provider should provide computer software for configuration, programming and operation of audio mixers, core (DSP) management and connectivity of DSP units and also software for displaying the console info and metering on PC display (as external screen).

Connections between all modules of the system and DSP cores spread over different studios should be implemented only with CAT 5/6 or optical cables.

The audio I/O modules should be noiseless because they will be installed inside the different studios close to the microphones.

Both physical DSP core units for location Maribor will be connected to the existing Studer Route 6000 audio router, located in MB-MCR via optical MADI connections.

29

Procurement documents JN-B0782

3.2.3.2. DELIVERY SCHEDULE FOR LOCATION MARIBOR

The Equipment for location Maribor should be delivered in two parts:

- Package 1 (all modules connected to physical DSP core 1) for studios and working places: ONAIR, POG01, 08, REAL, DIR, DUR, GL, physical DSP core 1 and the spare physical DSP core (on the shelf).

Equipment from Package 1 must be delivered at the latest within 6 (six) weeks after the beginning of the contract validity.

- Package 2 (all modules connected to physical DSP core 2) for studios: 02, 04, POG02, POG04, 07 and physical DSP core 2.

Equipment from Package 2 must be delivered in the II. Quarter of the year 2018.

3.2.3.3. TECHNICAL SPECIFICATION OF EQUIPMENT ON LOCATION MARIBOR

All equipment should contain following elements, have following specifications, or allow following way of work:

- Studios and working places must be part of a “logical” network, where all audio resources can be shared between mixing consoles.

Direct interaction must be feasible between all talkback units in the network.

Fader modules in one studio/working place must be capable of taking control over resources in another studio/working place.

P&G faders, length 100 mm, motorized.

40 bit floating point signal processing.

Hot swappable modules.

Possibility to access all parameters of the console with PC.

Individual levels of user rights.

Possibility to save the console configuration and parameters to external media (USB, memory card).

Snapshots.

30

Procurement documents JN-B0782

fS: 48 kHz, 44.1 kHz

EIN (RS = 200 Ohm) <= -124 dBu

Symmetrical 110 ohm digital input / output connectors.

Sample rate converters on all AES3 inputs.

Synchronization: AES11, word clock, internal sync generator in absence of ext. sync.

Synchronization of real time: NTP.

Each fader module should have audio input routing matrix with rotary encoder and display of input source name.

Channel functions should include also:

Low cut filter;

Mono, stereo, phase invert;

4 band parametric EQ;

Expander, gate, compressor, limiter, de-esser;

PAN/BAL;

Channel ON/OFF;

PFL;

Audio level metering according to recommendation EBU R128.

TFT, LCD or bar graph displays should allow measurement of the audio level on all inputs, outputs and audio buses.

Warning sign for Input overload must be shown on the instrument.

Phase correlation meter.

Auto mix mode for talk show applications.

Each physical DSP core must be capable of processing at least 24 channels simultaneously.

All power supplies should be fully redundant, with automatic changeover in case of failure.

31

Procurement documents JN-B0782

Requirements for specific studios/workplaces in Maribor

Main studios ONAIR 02 04

Physical motorized faders 14 12 8

6 faders flush mount frame 1 2 0

4 faders flush mount frame 2 0 2

Master control flush mount section with TB section (at least 20 pushbuttons, loudspeaker, mic), monitoring section (3 potentiometers, 1 rotary encoder with alphanumeric display of monitored source name, at least 5 pushbuttons for direct source selection), audio parameters control (with at least 4 rotary encoders)

1 1 1

Color touch screen display with user configurable layouts, located in a separate housing to be installed on the working desk, offering possibilities of managing of the setup for all parameters of each channel strip, showing real time clock, various audio level meters regarding users choice and other information depending on the operating mode of the console.

2 2 2

Mic Input 3 3 0

Line In 2 2 2

Line Out 4 4 4

GPO 4 4 2

Headphones Out (each on its own audio bus with individual volume adjustment)

4 3 0

Tabletop talkback unit (* see requirements bellow) 1 0 0

Mechanical or 'touch screen' fader with level meters (separated from main console fader bay)

1 0 0

Dedicated talk studiosPOG01 POG02 POG04

Mic Inputs 5 3 2

GPO 6 4 3

Headphones Out (each on its own audio bus with individual volume adjustment)

5 3 2

Tabletop talkback unit (* see requirements bellow) 1 1 1

Mechanical or 'touch screen' fader with level meters 1 1 0

32

Procurement documents JN-B0782

Secondary production studios 07 08

Faders (physical or touch screen) 2 4

Master control section with TB and monitoring 1 1

Color touch screen display with user configurable layouts, offering possibilities of managing of the setup for all parameters of each channel strip, showing real time clock, various audio level meters, and other information depending on the operating mode of the console. Can be also installed inside control surface or separately.

1 1

Mic Input 1 2

Line In 0 2

Line Out 0 2

Headphones Out (each on its own audio bus with individual volume adjustment)

1 3

GPO 0 3

Other working places with direct influence to ONAIR studio and talkback communication

DUR DIR REAL GL

Tabletop talkback unit (* see requirements bellow)

11 1 1

Mic Input 1 1 1 1

Headphones Out with volume adjustment 1 1 1 1

Mechanical or 'touch screen' fader with level meters

11 1 1

MCR – Master Control Room All AES/EBU and MADI inputs/outputs should be installed in MCR.

33

Procurement documents JN-B0782

Connected to physical DSP Core 1

AES/EBU inputs 8

AES/EBU outputs 8

MADI in/out 64ch 1 (redundant)

Connected to physical DSP Core 2

AES/EBU inputs 12

AES/EBU outputs 12

MADI in/out 64ch 1 (redundant)

Tabletop talkback unit requirements

All talk back units should allow communication to all destinations on Maribor location.

Table top version is required.

Specification:

Touch screen display with user configurable layouts;

Speaker  volume rotary button;

Headphone volume rotary button;

Integrated loudspeaker;

Real time clock;

XLR microphone input or integrated microphone;

Headphone output, 6.3 jack;

At least 10 programmable mechanical or touch screen keys for selection of various monitoring sources;

Set of several programmable mechanical or touch keys to select talkback destinations including:

34

Procurement documents JN-B0782

o Talkback to all connected studios and other working places;

o Talkback to AUX and clean feed;

Loudspeaker mute in case of any of the microphones in the room is active;

35

Procurement documents JN-B0782

3.2.4. LOCATION LENDAVA

3.2.4.1. GENERAL DESCRIPTION OF EQUIPMENT ON LOCATION LENDAVA

The subjects of the public tender for location Lendava is the purchase of mixing consoles and communication (talkback) equipment. The equipment will be installed in 1 radio on air studio, 2 production studios and 2 dedicated talk studios.

The studios are designated as:

- MMR ONAIR – main on air studio

- MMR POG01 – dedicated talk studio for MMR ONAIR

- MMR MONTAZA – main production studio which can also be used as a spare on air studio

- MMR POG02 – dedicated talk studio for MMR MONTAZA

- MMR NOVINARSKA – secondary production studio

- MMR-MCR – Lendava master control room

The mixing consoles must be in a modular form construction and consist of control surfaces, main DSP core units and audio I/O modules.

All equipment on location Lendava should be connected to 2 physical DSP core units as it can be seen on Lendava - Appendix 1.

All physical DSP cores, connection equipment and some I/O equipment (for audio computers, telephony…) will be installed in MMR-MCR. I/O equipment, directly attached to different studios, will be installed directly inside that studio.

Both physical DSP cores should be connected in the way that all inputs from both cores are available on every control unit (fader bay).

Provider should provide computer software for configuration, programming and operation of audio consoles, core (DSP) management and connectivity of DSP units and also software for displaying the console info and metering on PC display (as external screen).

36

Procurement documents JN-B0782

Connections between all modules of the system and DSP cores spread over different studios should be implemented only with Cat 5/6 or optical cables.

The audio I/O modules should be noiseless because they will be installed inside different studios close to the microphones.

3.2.4.2. DELIVERY SCHEDULE FOR LOCATION LENDAVA

The Equipment for location Lendava must be delivered in the IV. Quarter of the year 2018.

3.2.4.3. TECHNICAL SPECIFICATION OF EQUIPMENT ON LOCATION LENDAVA

All equipment should contain following elements, have following characteristics, or allow following way of work:

Studios must be part of a “logical” network, where all audio resources can be shared between mixing consoles.

Direct interaction must be feasible between all talkback units in the network.

Fader modules in one studio must be capable of taking control over resources in another studio.

P&G faders, length 100 mm, motorized.

40 bit floating point signal processing.

Hot swappable modules.

Possibility to access all parameters of the console with PC.

Individual levels of user rights.

Possibility to save the console configuration and parameters to external media (USB, memory card).

Snapshots

fS: 48 kHz, 44.1 kHz

EIN (RS = 200 ohm) <= -124 dBu

Symmetrical 110 ohm digital input / output connectors.

37

Procurement documents JN-B0782

Sample rate converters on all AES3 inputs

Synchronization: AES11, word clock, internal sync generator in absence of ext. Sync.

Synchronization of real time: NTP.

Each fader module should have audio input routing matrix with rotary encoder and display of input source name.

Channel functions should include also:

Low cut filter

Mono, stereo, phase invert

4 band parametric EQ

Expander, gate, compressor, limiter, de-esser

PAN/BAL

Channel ON/OFF

PFL

Audio level metering according to recommendation EBU R128

TFT, LCD or bar graph displays should allow measurement of the audio level on all inputs, outputs and audio buses.

Overloaded signal must be shown with warning signs on the instrument.

Mono compatibility indicator for stereo signal.

Auto mix mode for talk show applications.

Each physical DSP core must be capable of processing at least 24 fader channels simultaneously.

Power supplies should be fully redundant, with automatic changeover in case of failure.

Requirements of specific studios in Lendava

Main studios

MMR ONAIR

MMR MONTAZA

Physical motorized faders 12 12

6 faders flush mount frame 2 2

Master control flush mount section with TB section (at least 20 pushbuttons, loudspeaker, mic), monitoring section (3 potentiometers, 1 rotary encoder with alphanumeric display of

1 1

38

Procurement documents JN-B0782

monitored source name, at least 5 pushbuttons for direct source selection), audio parameters control (with at least 4 rotary encoders).

Color touch screen display with user configurable layouts, located in a separate housing to be installed on the working desk, offering possibilities of managing of the setup for all parameters of each channel strip, showing real time clock, various audio level meters, and other information depending on the operating mode of the console.

2 2

AES/EBU inputs 12 12

AES/EBU outputs 8 8

Line In 4 4

Line Out 4 4

GPO 2 2

39

Procurement documents JN-B0782

Dedicated talk studios

POG01 POG02

Mic Inputs 5 5

Headphones Out (each on its own audio bus with individual volume adjustment)

5 5

GPO 6 6

Tabletop talkback unit (* see requirements bellow) 1 1

Mechanical or 'touch screen' fader with level meters 1 1

Secondary production studios

MMR NOVINARSKA

Faders (physical or touch screen) 4

Master control section with TB and monitoring 1

Color touch screen display with user configurable layouts, offering possibilities of managing of the setup for all parameters of each channel strip, showing real time clock, various audio level meters and other information depending on the operating mode of the console. Can be installed inside of the control surface or separate.

1

Mic Input 2

AES/EBU inputs 6

AES/EBU outputs 4

Line In 4

Line Out 4

Headphones Out (each on its own audio bus with individual volume adjustment) 3

GPO 3

Tabletop talkback unit requrements definition

All talk back units should allow communication to all destinations on Lendava location.

Tabletop version is required.

40

Procurement documents JN-B0782

Specification:

Touch screen display with user configurable layouts

Speaker  volume rotary button

Headphones volume rotary button

Integrated loudspeaker

Real time clock

XLR microphone input or integrated microphone

Headphones output, 6.3 jack

At least 10 programmable mechanical or touch screen keys for selection of various monitoring sources

Set of several programmable mechanical or touch screen keys to select talkback destinations including:

o Talkback to all connected studios;

o Talkback to AUX and clean feed;

Loudspeaker mute in case of any of the microphones in the room is active

41

Procurement documents JN-B0782

3.2.5. CONFIGURATION OF THE SYSTEMS (APPLIES TO ALL LOCATIONS)

The Contracting Authority will install the equipment to different locations and different studios therefore the installations will take place for a longer period. The configuration of the equipment should be done in 2 phases.

The first phase comprises the basic configuration according to the Contracting Authority’s requirements defined in chapter 3.2.

The second phase comprises the detailed configuration of the system and depends on the supplied equipment and will be defined between the Bidder and the Contracting Authority. The second phase will be carried out after some trial period that will not be longer than 5 months. Trial operation should reveal eventual irregularities in configuration or give some ideas for improvements. The Bidder should then - according to the findings in the test period, carry out the adequate adaptations.

Both phases of configuration should be included in the bid.

3.2.6. TECHNICAL DOCUMENTATION (APPLIES TO ALL LOCATIONS)

The Bidder should enclose in the bid also the technical documentation (in Slovenian or in English language). The documentation should contain:

General description of the offered system, architecture, building blocks, connections etc. The general description can be stored on some external memory media or available online.

Drawings of offered mixing consoles, TB units, 19" frames etc.

Wiring diagram of consoles, TB units and audio router

List of modules and components that compose individual mixing consoles and audio router

Technical characteristics of I/O modules and other building blocks that are contained in the mixing consoles and in the router

Dimensions and power consumptions of individual modules

42

Procurement documents JN-B0782

Brief description of control software – architecture, main functions like make/brake connection, status overview, customized views, scheduling, DSP functions etc.

Screenshots of typical situations on fader module display and central control module display

Screenshots of typical situations regarding router control like matrix view, list view, command mode

3.2.7. TRAINING AND MANUALS (APPLY TO ALL LOCATIONS)

The Bidder should carry out two training courses for technical staff of the contracting authority. One course will cover the equipment in Koper, Maribor and Lendava, the other will be held in Ljubljana. The exact dates and location of the first course shall be agreed by both parties subsequently.

The contents and the duration of the training should be determined by the Bidder.

The contents of the training should contain enough information to enable the technical staff to:

Make changes and adaptations of existing configuration of the system.

Locate the eventual faults and fix them on the level of exchanging broken modules with the spare ones.

All training costs and costs for the lecturer for the time of course (accommodation, daily allowances and travelling) have to be included in the bid.

43

Procurement documents JN-B0782

Upon delivery of the equipment, the Bidder must supply appropriate user/service manuals in Slovene or English language in 2 copies for each location. Beside the printed version, the manuals should be supplied also on some external memory media.

3.2.8. OTHER GENERAL REQUIREMENTS (APPLY TO ALL LOCATIONS)

Quantitative acceptance of equipment

The quantitative acceptances will be done by the Contracting Authority after receipt of separate parts of equipment on the locations of the Contracting Authority. With the quantitative acceptances the completeness of delivered equipment regarding the required specifications will be determined.

The separate quantitative acceptance must be done within 10 (ten) working days after receipt of the equipment to the warehouse of the separate location of the Contracting Authority.

Final acceptance of equipment

The final acceptances of the equipment on the premises of the separate locations of the Contracting Authority shall be performed by the Contracting Authority and the Bidder of the equipment, who must have technically qualified staff. At the final acceptance and start-up, the following characteristics shall be observed:

the quality of the supplied and installed parts

the applicability of the equipment

how stable the equipment is when operating

the eventual error elimination

The Contracting Authority must perform the final acceptance of the delivered equipment (goods) at latest within 6 months after the quantitative acceptance of equipment.

44

Procurement documents JN-B0782

All eventual incorrectness, ascertained at final acceptance procedure (that are to be specified in writing by the Contracting Authority), are to be eliminated by the Bidder within 21 days after the unsuccessful final acceptance, after this time limit the Contracting Authority may cash-in a performance guarantee.

It is understood that the final acceptance will be completed when all eventual incorrectness are eliminated.

After the final acceptance is successfully carried out, the protocol will be issued.

The guarantee period shall start with the date the Contracting Authority has signed the Protocol of the successfully done final acceptance of the equipment.

Warranty and servicing

The Bidder must enclose his own statement with the detailed information on the maintenance of the equipment within the warranty period .

The Contracting Authority’s requests:

The minimal required warranty period for the all equipment is 12 months after the successfully done final acceptance; however, the Bidder may offer better conditions.

It is requested that during the warranty period all errors are removed free of charge.

All software upgrades must be provided free of charge.

The spare parts for the offered equipment must be available for at least 5 years after the final acceptance of the equipment.

The Bidder must state also:

- The address, phone and e-mail of the service or contact person who advices the Contracting Authority in case of malfunction;

45

Procurement documents JN-B0782

- Response time and the time period when the error will be eliminated or time period when the Bidder will ensure the replacement equipment.

46

Procurement documents JN-B0782

4. BID DOCUMENTATION

4.1. GENERAL CONDITIONS FOR MAKING BID DOCUMENTATION

4.1.1. Clarification to the Procurement Documents

The Bidder can demand clarifications to procurement documents in electronic form only - using the attached form and send it to the e-mail address: [email protected], or the Bidder can demand clarifications through the Public Procurement Portal www.enarocanje.si at the publication of the subject public tender; at the latest 6 days prior to the term for acceptance of bids (i.e. till 10.00 a.m. on 22 nd

September, 2017). Questions, not asked in the prescribed manner, will not be answered.

Questions and answers shall be published on web side: www.rtvslo.si/razpisi, on sub-page JAVNA NAROČILA - PUBLIC PROCUREMENT under the mark Javno naročilo JN-B0782.

4.1.2. Language

Bids have to be made in the Slovenian or English language.

4.1.3. Marking

Pages of bid documentation must be numbered and bound with string so it is not possible to add pages.

Data which will be righteously marked as confidential by the Bidder will be used only for the purposes of this public tender and will not be accessible to anyone except persons which are included in this public tender. These data will not be read on public opening of the Bids nor will they be read afterwards. Persons, included in this public tender as well as the Contracting Authority will be responsible for protection of these data.

The Bidder can mark data as confidential only if they include personal data which are not included in other public register nor otherwise acceptable to public. The Bidder can also mark as confidential business information which are marked as confidential either with regulations or internal acts of the Bidder.

The Contracting Authority will treat as confidential all data in bid documentation which will be in right upper corner marked as "CONFIDENTIAL" with large capital letters. Under this inscription there should be signature of the Bidder's official representative or authorized person. If only part of the document is confidential, the confidential part should be underlined with red colour and in the same line marked "CONFIDENTIAL" at the right edge. The Contracting Authority will not be responsible for confidentiality of the data if these data are not marked as stated above.

47

Procurement documents JN-B0782

The Contracting Authority will summon the Bidder to withdraw the confidential mark if the data is unjustified marked as confidential. The confidential mark can be withdrawn by the Bidder's official representative or authorized person writing "CANCELLATION" above the confidential mark. He must also write time and date of this cancellation and sign it.

In the case of a Bidder not withdrawing the confidential mark in the time, determined by Contracting Authority, the Contracting Authority will reject the complete bid.

4.1.4. Contents of a bid

The Bidders have to submit their bids for complete subject of the Public Tender; otherwise the bid is going to be rejected.

4.1.5. Alternative bids and variant bids

Alternative bids and variant bids are not allowed.

4.1.6. Only one bid from each Bidder

Each Bidder may submit only one bid. Bidder, who submits more than one Bid or participates in more bids in different roles (Bidder, Subcontractor, Partner), disqualifies all bids in which he acts. All disqualified bids will be eliminated from the process of public procurement.

4.1.7. Form of a bid

The Bidder is not allowed to change or correct the text of the forms that represent the constituent part of the procurement documents and had been prepared and already filled in by the Contracting Authority. Valid are the procurement documents and forms as well as eventual answers, changes and amendments, published on the Contracting Authority’s web-site. In case the Contracting Authority establishes the Bidder has changed the text of the forms (or eventual answers, changes and amendments), defined by the Contracting Authority, such bid will be excluded from the further public procurement process.

If from the technical reasons the particular form is made or fulfilled in another way (for example, by computer), the content and meaning of the text must comply with the Contracting Authority’s requirements of this procurement documents.

48

Procurement documents JN-B0782

4.1.8. Validity of the bids

Bids must be valid till 15th December, 2017, otherwise they will be rejected. In exceptional circumstances the Contracting Authority can demand from the Bidder to extend the validity of the bid for a certain period of time. The Contracting Authority's demand and the Bidder's replies must be in written form. The Bidder can refuse the Contracting Authority's demand. In case the Bidder complies with the demand, the Contracting Authority shall ask for the bid extension and eventually for the extension of the validity of the Warranty for the seriousness of the bid. All other conditions of the bid shall remain the same.

49

Procurement documents JN-B0782

4.2. DOCUMENTS IN THE BIDS

The bid documentation must contain the following documents, sorted in the following order:

4.2.1. Data on Bidder and bid

4.2.2. Contents of the bid documentation

4.2.3. Form of an offer that has to contain:

Prices:

Prices must be expressed in EUR, on DDP location of the Contracting Autority basis, delivered to the warehouse of the separate location of the Contracting Authority (in accord. with INCOTERMS 2010); without VAT. The allowed discounts must be shown separately.

The prices must be fixed for the period of the Contract duration.

Payment conditions:

The Contracting Authority will perform the payments under the following conditions:

80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by the Contracting Authority and the relevant invoice has been received;

20 % - within 30 days after the final acceptance of complete delivered equipment has been successfully carried out and the protocol has been signed by the Contracting Authority;

The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.

Delivery dates: The Contracting Authority requires delivery of equipment (goods), as follows:

Location Ljubljana:

The Contracting Authority requires delivery of the equipment at the latest within 6 (six) weeks after the beginning of the Contract validity.

50

Procurement documents JN-B0782

Location Koper:

The Contracting Authority requires delivery of the 1. part of equipment at the latest within 6 (six) weeks after the beginning of the Contract validity and delivery of the 2. part of equipment in the II. Quarter of the year 2018.

Location Maribor:

The Contracting Authority requires delivery of the 1. part (Package 1) of equipment at the latest within 6 (six) weeks after the beginning of the Contract validity and delivery of the 2. part (Package 2) of equipment in the II. Quarter of the year 2018.

Location Lendava:

The Contracting Authority requires delivery of the equipment in the IV. Quarter of the year 2018.

4.2.4. Pro-forma invoice

The Bidder must enclose the detailed breakdown of prices of equipment and services – separately for each loation.

51

Procurement documents JN-B0782

4.2.5. Warranty conditions of the Bidder

The Bidder must enclose his own statement with the stated guarantee period and detailed information on Maintenance of equipment in warranty period, according to the requirements in item 3.2.8 of the Procurement documents.

4.2.6. Declaration regarding the spare parts

4.2.7. Declaration of the Bidder - all the offered equipment is factory-new

4.2.8. Declaration of the Bidder regarding the software upgrades

4.2.9. Statement of the Manufacturer or the Principal

In case the Bidder is not also the manufacturer of the equipment, one of the mentioned statements is to be enclosed.

If the Bidder encloses the statement of the principal, he has to enclose also the copy of the Contract between the principal and the manufacturer of the equipment, showing the principal has full access to the spare parts i.e. replacement equipment for all offered equipment.

This statement is not required for: installation material, passive equipment and other small equipment.

4.2.10. Sample of the contract Sample of the Contract, wherein each page is to be initialled and stamped by the Bidder's official representative or authorized person. Each article in the Contract is written first in Slovenian and then in English language. In case of any doubt or misunderstanding, the Slovenian vers ion should therefore be considered f ina l .

4.2.11. Guarantee for the seriousness of the bid The guarantee for the seriousness of the bid (issued by Bank or Insurance Company), unconditional, irrevocable and payable at first call, valid till 15 December, 2017, in the value of EUR 4.500,00.

52

Procurement documents JN-B0782

4.2.12. Declaration, stating the Bidder shall provide a performance guarantee The selected Bidder must supply Performance Guarantee (according to the given statement regarding the Performance Guarantee), as a condition for the validity of the contract, no later than 10 days after receiving the signed contract by the Contracting Authority. The Performance Guarantee for 10 % of the contractual value will be issued by the first class Bank or Insurance Company and will be irrevocable, unconditional and payable at first call, valid till 31st July, 2019.

If the selected Bidder fails to submit the Performance Guarantee in the required deadline, the Contracting Authority has the right to cash-in the guarantee for the seriousness of the bid.

In case the selected Bidder despite the Contracting Authority’s written request does not respond, though he provided no objective reasons, the Contracting Authority with the Bidder does not sign a public award contract. Therefore the selected Bidder and his legal representative are responsible for the offence in accordance with Article 112 of ZJN-3. The objective reasons are those the Bidder could not influence, could not expect to prevent, eliminate and avoid them.

4.2.13. Statement on the forwarding of data in the disclosure of the Bidder's ownership The Bidder must submit the relevant statement indicating that they would submit to the Contracting Authority, within eight days of being asked to do so, the Statement on the participation of natural and legal persons in the Bidder's ownership which is part of the procurement documents.

Before adopting a decision on the award of a contract, the Contracting Authority will ask the Bidder that will score the highest, considering the applicable criteria for the public contract in question, to submit to the Contracting Authority, within eight days of being asked to do so, Statement on the participation of natural and legal persons in the Bidder's ownership.

Should such Bidder fail to submit the statement concerned within eight days, the Contracting Authority will exclude such Bidder from the assessment process and asked the second-ranking Bidder to submit the statement in question.

Explanation:

In order to ensure the transparency of the business and to mitigate corruption risks, the Contracting Authority shall, according to the Art. 14 of the Public Integrity and Corruption Prevention Act (Official Gazette of the Republic of Slovenia no. 69/11; ZIntPK-UPB2) and according to the Paragraphs 6 of Article 91 of the Public Procurement Act - ZJN-3, prior to the conclusion of a contract with the selected Bidder, obtain a statement or information on the participation of natural and legal persons in the Bidder's assets, including the participation of dormant partners (founders, partners, including the dormant partners, shareholders, limited partners or other owners and data on equity stakes of such persons), as well as on economic operators, which are considered to be companies affiliated to the Bidder under the provisions of the Companies Act. In respect of natural persons, this statement shall include their personal name, residential address and their interest in the assets. In the event that the Bidder submits a false statement or provides false information on the facts stated, the contract shall be rendered null and void.

53

Procurement documents JN-B0782

4.2.14. Technical documentation

The Bidder must enclose technical documentation that is stated in item 3.2.6 of the procurement documents.

The Bidder must enclose also all other relevant technical documentation, wherein it must be unambiguously evident that the bidden equipment fulfils all the technical requirements.

The technical documentation must be enclosed in electronic form.

4.2.15. Form ESPD The Bidder (Economic operator) must enclose fulfilled, stamped and signed ESPD Form.

The ESPD is the formal statement of the Bidder that the relevant ground for exclusion does not apply and that the relevant conditions for participation are fulfilled. The ESPD shall further identify the public authority or third party responsible for establishing the supporting documents. The ESPD contains a formal statement to the effect that the Bidder will be able, upon request and without delay, to provide those supporting documents.

The ESPD Form is available on web side: www.rtvslo.si/razpisi, on sub-page JAVNA NAROČILA - PUBLIC PROCUREMENT under the mark Javno naročilo JN-B0782. The Bidder import the ESPD into the ESPD aplication on the web side of the European Commission: https://ec.europa.eu/tools/espd .

The Bidders fill in the online form, print, sign and stamp it and send it to the Contracting Authority together with the rest of the bid.

54

Procurement documents JN-B0782

4.3. VERIFICATION OF CAPABILITY AND CONDITIONS FOR PARTICIPATION

The Bidders confirm the fulfilment of conditions by submitting the fulfilled and signed ESPD Form.

Pursuant to stipulations of paragraph 4 of Article 89 of the ZJN-3 the timely received bids shall be in the first place sorted according to the contract award criteria. The bid with the best result will be then examined as far as the fulfilment of the Contracting Authority’s requirements relating to the subject of the tender are concerned (technical requirements). Should the bid meet these requirements, the Contracting Authority will then verify whether there are grounds for exclusion of the Bidder and whether the conditions for its participations are fulfilled. For this purpose the Contracting Authority shall require from the Bidder appropriate evidence, according to the stipulations of Articles 77 and 78 of the ZJN-3.

4.3.1. Verification of exclusion grounds – Bidders with the registered office in the Republic of Slovenia

In connection with the exclusion grounds the Contracting Authority shall verify mainly the following:

The Contracting Authority shall ask the Bidder to present the evidence from the criminal records, showing that “Economic operator or any individual person, who is a member of its administrative, management or supervisory body of the said economic operator, or is authorised to represent it, decide on its behalf or supervise it, has not been issued a final judgement with the elements of the criminal offences, as defined in Criminal Code of the Republic of Slovenia” (according to the first paragraph of Article 75 of the ZJN-3 and the Article 57(1) of Directive 2014/24/EU).Instead of said evidence the Bidder can present the authorisation for the Contracting Authority to obtain the evidence from the criminal record by itself.

The Contracting Authority shall (in accordance with the 9 th paragraph of Article 77 of the ZJN-3) the data that are kept in the Official records check also in the Uniform information system - e-Dosje. Inquiries in the e-Dosje comprise the following data verification regarding fulfilment of conditions and liabilities:- fulfilment of the condition that the Bidder is not included in the record of entities with negative

references, (according to the item a) of the 4th paragraph of Article 75 of the ZJN-3 and the Directive 2014/24/EU);

- fulfilment of the condition in the filed of labour law – that in the last three years prior to the expiry of the deadline for submitting the bids, the the Bidder has not been fined twice with a final decision for an offence related to the payment for work (according to the item b) of the 4th

paragraph of Article 75 of the ZJN-3 and the Directive 2014/24/EU);- fulfilment of the condition relating to the payment of taxes and social security contributions -

that the Bidder meets the obligations related to taxes and other monetary non-fiscal obligations pursuant to the law regulating of the financial administration, collected by the tax authority in line with the provisions of the country in which the Bidder has registered office. The Bidder must have no outstanding liabilities as at the day of submitting the bid worth EUR 50 or more. As at the day of submitting the bid, the Bidder has to meet also all its obligations relating to the payment of social security contributions arising from employment relationships for the period of

55

Procurement documents JN-B0782

the last five years (according to the 2nd paragraph of Article 75 of the ZJN-3 and Article 57(2) of Directive 2014/24/EU).

4.3.2. Verification of conditions for participation – Bidders with the registered office in the Republic of Slovenia

In connection with the fulfilment of the conditions for participation the Contracting Authority shall verify mainly the following:

The Contracting Authority shall check the data, available in the Official records whether the Bidder is enrolled in the relevant professional or trade register for performing the activity that is the subject of the public procurement.The Contracting Authority shall in connection with the verification of the financial standing (ref.: ESPD Form, Part IV, B. Economic and financial standing – Other economic or financial requirements) ask the Bidder to present the form BON-2 or Bank Certificate of solvency, showing the Bidder’s accounts have not been blocked (there have been no outstanding due obligations) for more than 5 days in the last 6 months (all accounts together). On the date of the Contracting Authority’s appeal this Certificate must not be older than one month.If the Bidder has several accounts, he must enclose Bank Certificate of solvency for all accounts.

The document may also be a photocopy. In such case the Bidder has to inscribe on each photocopied page, that he confirms the truthfulness of the stated data and sign and stamp this statement on each photocopied page. In case the Contracting Authority subsequently requests the original evidence, the Bidder shall present the same for verification.

4.3.3. Verification of exclusion grounds – Bidders with the registered office outside of the Republic of Slovenia

In connection with the exclusion grounds the Contracting Authority shall verify mainly the following:

The Contracting Authority shall ask the Bidder to present the evidence from the criminal records of its country, showing that: “Economic operator or any individual person, who is a member of its administrative, management or supervisory body of the said economic operator, or is authorised to represent it, decide on its behalf or supervise it, has not been issued a final judgement with the elements of the criminal offences, as defined in Criminal Code of the Republic of Slovenia” (according to the first paragraph of Article 75 of the ZJN-3 and the Article 57(1) of Directive 2014/24/EU).

The Contracting Authority shall ask the Bidder to present the evidence, showing that Bidder meets all its obligations in the field of labour law – that in the last three years prior to the expiry of the deadline for submitting the bids, the Bidder has not been fined twice with a final decision of its country for an offence related to the payment for work (according to the item b) of the 4 th paragraph of Article 75 of the ZJN-3 and the Directive 2014/24/EU);

56

Procurement documents JN-B0782

The Contracting Authority shall ask the Bidder to present the evidence, showing that Bidder meets all its obligations relating to the payment of taxes and social security contributions - that the Bidder meets the obligations related to taxes and other monetary non-fiscal obligations pursuant to the law regulating of the financial administration, collected by the tax authority in line with the provisions of the country in which the Bidder has registered office. The Bidder must have no outstanding liabilities as at the day of submitting the bid worth EUR 50 or more. As at the day of submitting the bid, the Bidder has to meet also all its obligations relating to the payment of social security contributions arising from employment relationships for the period of the last five years (according to the 2nd paragraph of Article 75 of the ZJN-3 and Article 57(2) of Directive 2014/24/EU).

4.3.4. Verification of conditions for participation – Bidders with the registered office outside of the Republic of Slovenia

In connection with the fulfilment of the conditions for participation the Contracting Authority shall verify mainly the following:

The Contracting Authority shall ask the Bidder to present the official evidence of its country, showing that the Bidder is enrolled in the relevant professional or trade register for performing the activity that is the subject of the public procurement.

The Contracting Authority shall in connection with the verification of the financial standing (ref.: ESPD Form, Part IV, B. Economic and financial standing – Other economic or financial requirements) ask the Bidder to present the Bank Certificate of solvency, showing the Bidder’s accounts have not been blocked (there have been no outstanding due obligations) for more than 5 days in the last 6 months (all accounts together). On the date of the Contracting Authority’s appeal this Certificate must not be older than one month.If the Bidder has several accounts, he must enclose Bank Certificate of solvency for all accounts.

The document may also be a photocopy. In such case the Bidder has to inscribe on each photocopied page, that he confirms the truthfulness of the stated data and sign and stamp this statement on each photocopied page. In case the Contracting Authority subsequently requests the original evidence, the Bidder shall present the same for verification.

5. CONTRACT AWARD CRITERIA

The Contracting Authority shall award the contract on the basis of the most economically advantageous tender, using the “lowest price” criterion.

The Contracting Authority shall apply the criterion to all bids submitted on time and assign them points in accordance with the formula specified below:

the value of the estimated offer

( 2 - ------------------------------------------------------------------------------------------ ) x 100

the value of the lowest offer

57

Procurement documents JN-B0782

The amount will be rounded up to two decimals. No bid can be awarded less than 0 points.

The bid with the highest number of points will be selected, subject to the Contracting Authority’s assessment of admissibility in the subsequent verification procedure .

5.1. TWO BIDS WITH EQUAL BEST EVALUATION RESULT

In case two or more bids have equal maximum number of points at the end of the evaluation, the Contracting Authority shall choose the bid that offers longer guarantee period; should the bid still could not be chosen the next criterion is the shortest delivery date (for location Ljubljana and 1.part for Koper and Maribor).

6. REVIEW CLAIM

6.1. LEGAL BASE AND TERMS FOR SUBMISSION

Pursuant to the Act on the Review of Public Procurement Procedures (ZPVPJN, Official Gazette of the Republic of Slovenia No. 43/2011 and ZPVPJN-A, Official Gazette of the Republic of Slovenia No. 63/2013) the review claim may be submitted by any individual who fulfils conditions, stated in article 14. of ZPVPJN.

The term for submitting a review claim is stated in article 25. of ZPVPJN.

6.2. METHOD OF SUBMITTING THE REVIEW CLAIM

The Applicant shall state the requested data, as stated in article 15. of ZPVPJN. The requested amount of tax for review claim is stated in article 71. of ZPVPJN.

The tax according to the article 71.of ZPVPJN must be paid by the Applicant in amount of EUR 3.500,00 to the adequate account at the Ministry in charge of finance. The account no. is: SI56 0110 0100 0358 802, reference:11 16110-7111290-XXXXXXLL (marks X represent the number of the public tender publication, marks L represent the year of public tender publication). The review claim may refer to the content of the publication, invitation to tender or procurement documents of the subject tender.

58

Procurement documents JN-B0782

The Contracting Authority shall reject all incorrect claims and claims not submitted within the above stated period.

7. FORMS

The enclosed forms must be completed and attached to the Bid.

59

Procurement documents JN-B0782

DATA ON BIDDER AND BID

FOR PUBLIC TENDER – JN-B0782

The purchase of audio mixing consoles and audio router

to be completed by a Bidder. Valid data that are accessible in public and according to the regulations related to a status and legal form are obligatory. The Contracting Authority shall examine some data through electronic media available.

BID NO.:

COMPANY NAME / NAME OF THE BIDDER:

LEGAL STATUS OF THE BIDDER:

THE BIDDER IS SME (small or medium-sized enterprise) please encircle

YES NO

ADDRESS OF THE BIDDER:

NUMBER OF (BUSINESS) ACCOUNT -

IBAN, SWIFT:

BANK’S ADDRESS:

CONTACT PERSON RESPONSIBLE FOR A BID:

60

Procurement documents JN-B0782

E-MAIL OF CONTACT PERSON, PHONE AND FAX:

ID VAT NO. OF A BIDDER.:

COMPANY REGISTRATION NO. OF A BIDDER.:

PERSON RESPONSIBLE FOR SIGNING

A CONTRACT:

FUNCTION OF PERSON RESPONSIBLE FOR SIGNING A CONTRACT:

Validity of the bid: …………………………………. (at least till 15 December, 2017)

Place and date: Stamp: Bidder's official

representative or authorized person

.................................. ........................................................

61

Procurement documents JN-B0782

FORM OFFER – LOCATION LJUBLJANA

FOR PUBLIC TENDER JN-B0782

The purchase of audio mixing consoles and audio router

Item Description Value in EUR

01 Price of the complete bidden equipment for the location Ljubljana, according to the requirements in chapter 3 of procurement documents (except training)

02 Training for the location Ljubljana, according to the requirements in item 3.2.7 of procurement documents

03 Total 01 + 02

04 Allowed discounts

05 TOTAL NET - DDP LJUBLJANA, DELIVERED TO THE WAREHOUSE OF RTV SLOVENIJA, ČUFARJEVA 6, LJUBLJANA

(ACCOR. TO INCOTERMS 2010); WITHOUT VAT

Payment conditions:

62

Procurement documents JN-B0782

80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by the Contracting Authority and the relevant invoice has been received;

20 % - within 30 days after the final acceptance of complete delivered equipment has been successfully carried out and the protocol has been signed by the Contracting Authority;

The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.

Delivery date: …………………………………….

Warranty period: …………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

........................................ .........................................................

63

Procurement documents JN-B0782

FORM OFFER – LOCATION KOPER

FOR PUBLIC TENDER JN-B0782

The purchase of audio mixing consoles

Item Description Value in EUR

01 Price of the complete bidden equipment for the location Koper, according to the requirements in chapter 3 of procurement documents (except training)

02 Training for the location Koper, according to the requirements in item 3.2.7 of procurement documents

03 Total 01 + 02

04 Allowed discounts

05 TOTAL NET – DDP KOPRER, DELIVERED TO THE WAREHOUSE OF RTV CENTRE IN KOPER, ULICA OF 15, 6000 KOPER

(ACCOR. TO INCOTERMS 2010); WITHOUT VAT

Payment conditions:

80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by the Contracting Authority and the relevant invoice has been received;

64

Procurement documents JN-B0782

20 % - within 30 days after the final acceptance of complete delivered equipment has been successfully carried out and the protocol has been signed by the Contracting Authority;

The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.

Delivery date: …………………………………….

Warranty period: …………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

........................................ .........................................................

65

Procurement documents JN-B0782

FORM OFFER – LOCATION MARIBOR

FOR PUBLIC TENDER JN-B0782

The purchase of audio mixing consoles and communication (talkback) equipment

Item Description Value in EUR

01 Price of the complete bidden equipment for the location Maribor, according to the requirements in chapter 3 of procurement documents (except training)

02 Training for the location Maribor, according to the requirements in item 3.2.7 of procurement documents

03 Total 01 + 02

04 Allowed discounts

05 TOTAL NET - DDP MARIBOR, DELIVERED TO THE WAREHOUSE OF RTV CENTRE IN MARIBOR, ILICHOVA 33, 2000 MARIBOR

(ACCOR. TO INCOTERMS 2010); WITHOUT VAT

Payment conditions:

80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by the Contracting Authority and the relevant invoice has been received;

66

Procurement documents JN-B0782

20 % - within 30 days after the final acceptance of complete delivered equipment has been successfully carried out and the protocol has been signed by the Contracting Authority;

The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.

Delivery date: …………………………………….

Warranty period: …………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

........................................ .........................................................

67

Procurement documents JN-B0782

FORM OFFER – LOCATION LENDAVA

FOR PUBLIC TENDER JN-B0782

The purchase of audio mixing consoles and communication (talkback) equipment

Item Description Value in EUR

01 Price of the complete bidden equipment for the location Lendava, according to the requirements in chapter 3 of procurement documents (except training)

02 Training for the location Lendava, according to the requirements in item 3.2.7 of procurement documents

03 Total 01 + 02

04 Allowed discounts

05 TOTAL NET - DDP MARIBOR, DELIVERED TO THE WAREHOUSE OF RTV CENTRE IN MARIBOR, ILICHOVA 33, 2000 MARIBOR

(ACCOR. TO INCOTERMS 2010); WITHOUT VAT

Payment conditions:

68

Procurement documents JN-B0782

80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by the Contracting Authority and the relevant invoice has been received;

20 % - within 30 days after the final acceptance of complete delivered equipment has been successfully carried out and the protocol has been signed by the Contracting Authority;

The Contracting Authority shall not present bank guarantee or any other instrument for insurance of the retained payments.

Delivery date: …………………………………….

Warranty period: …………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

........................................ .........................................................

69

Procurement documents JN-B0782

PROFORMA INVOICE

FOR PUBLIC TENDER JN-B0782

The Bidder must enclose the detailed breakdown of prices of equipment and services – separately for each loation.

70

Procurement documents JN-B0782

Place and date: Stamp: Bidder's official

representative or authorized person

........................................ .........................................................

71

Procurement documents JN-B0782

Bidder: ………………………………………………………………

Address: ............................................................................

DECLARATION OF THE BIDDER REGARDING THE SPARE PARTS

FOR PUBLIC TENDER JN-B0782

We hereby declare under criminal and material liability, that we are going to assure the necessary original spare parts at least 5 (five) years from the date of final acceptance of the equipment which we offered on the public tender JN-B0782, according to official valid price list of spare parts.

We shall inform the Contracting Authority about every price change of official spare parts price list.

72

Procurement documents JN-B0782

Place and date: Stamp: Bidder's official

representative or authorized person

.................................. .........................................................

73

Procurement documents JN-B0782

Bidder: ………………………………………………………………

Address: ......................................................................................

DECLARATION OF THE BIDDER – ALL THE OFFERED EQUIPMENT IS FACTORY NEW

FOR PUBLIC TENDER JN-B0782

We herewith declare, under criminal and material liability, that all the equipment, bidden under the Public Tender JN-B0782, is factory-new.

Place and date: Stamp: Bidder's official

74

Procurement documents JN-B0782

representative or authorized person

.................................. .........................................................

75

Procurement documents JN-B0782

Bidder: ………………………………………………………………..

Address: ......................................................................................

DECLARATION OF THE BIDDER REGARDING THE SOFTWARE UPGRADES

FOR PUBLIC TENDER JN-B0782

We herewith declare, under criminal and material liability that within the warranty period for the bidden equipment, offered on the Public Tender JN-B0782, all the software upgrades, which annul eventual faults in software and all software upgrades which do not mean considerable expansion of the functionality, shall be free of charge for the Contracting Authority.

76

Procurement documents JN-B0782

Place and date: Stamp: Bidder's official

representative or authorized person

........................................ .........................................................

77

Procurement documents JN-B0782

Manufacturer of the equipment: ..................................................

Address: .......................................................

....................................................................

STATEMENT OF THE MANUFACTURER

FOR PUBLIC TENDER JN-B0782

We, ………………………………………. (The Manufacturer of the equipment) confirm, that we are acquainted with the contents of Public Tender JN-B0782 (Purchase of audio mixing consoles and audio router), to which ………………………………………..…… (The Bidder) is going to submit his bid, with the Pro-forma Invoice no.: ………

WE DECLARE, that …………….………… (the Bidder) has full access to the spare parts and replacement equipment for the bidden equipment, according to the requirements from the procurement documents no. JN-B0782.

Place and date: Stamp: Manufacturer’s official

78

Procurement documents JN-B0782

representative or authorized person

.................................. .........................................................

79

Procurement documents JN-B0782

Principal: ..................................................

Address: .......................................................

....................................................................

STATEMENT OF THE PRINCIPAL

FOR PUBLIC TENDER JN-B0782

We, ……………………………………………… (The Principal of the equipment) confirm, that we are acquainted with the contents of Public Tender JN-B0782 (Purchase of audio mixing consoles and audio router), to which ………………………………..…… (The Bidder) is going to submit his bid, with the Pro-forma Invoice no.: ………

WE DECLARE, that …………………………………….…… (The Bidder) has full access to the spare parts and replacement equipment for the bidden equipment, through our firm, according to the requirements from the procurement documents no. JN-B0782.

As evidence of the aforesaid we enclose the copy of the Contract between us and the Manufacturer of the equipment, wherein it is evident that we have full access to the spare parts and replacement equipment for the bidden equipment.

In case the Contracting Authority subsequently requests the original Contract, we shall present the same for verification.

80

Procurement documents JN-B0782

Place and date: Stamp: Principal's official

representative or authorized person

.................................. .........................................................

81

Procurement documents JN-B0782

SAMPLE CONTRACT

Each article in the Contract is written first in Slovenian and then in English language. In case of any doubt or misunderstanding, the Slovenian version should therefore be considered final.

POGODBA ŠT./ CONTRACTNO.

JN-B0782

Nakup avdio mešalnih miz in avdio usmerjevalnika

Purchase of audio mixing consoles and audio router

Sklenjena med:

Concluded between:

Radiotelevizija Slovenija, Javni zavod

Kolodvorska 2

1000 Ljubljana

Slovenia

Identifikacijska štev. za DDV / ID VAT No.: SI29865174

Matična štev. / Corporate registry No.:5056497

Ki ga zastopa generalni direktor Igor Kadunc

represented by Mr Igor Kadunc, the Director General

82

Procurement documents JN-B0782

(v nadaljevanju teksta “NAROČNIK”)

(hereinafter referred to as “CONTRACTING AUTHORITY”)

in / and

……………………………………

……………………………………

……………………………………

……………………………………

Identifikacijskaštev.za DDV / ID VAT No.: ……………………………………

Matična štev. / Corporate registry No.: ……………………..

Ki ga zastopa …………………………………………………..

represented by …………………………………………………

(v nadaljevanju teksta “PONUDNIK”)

(hereinafter referred to as “BIDDER”)

83

Procurement documents JN-B0782

1. člen

Pogodbeni stranki ugotavljata, da je naročnik izvedel postopek oddaje javnega naročila na osnovi 40. člena Zakona o javnem naročanju – ZJN-3 (Ur. list RS, št.: 91/2015) za nakup avdio mešalnih miz in avdio usmerjevalnika.

Ponudnik je bil izbran kot najugodnejši ponudnik na osnovi javnega naročila, objavljenega na portalu javni naročil RS, štev. ….., z dne ………… in Uradnem listu EU št……. z dne…..

Article 1

The Parties agree that the Contracting Authority carried out the procedure related to the submission of Public Procurement based on Article 40 of the Public Procurement Act-ZJN-3 (Official Gazette of the Republic of Slovenia, No. 91/2015) for the purchase of audio mixing consoles and audio router.

The Bidder has been selected as the most favourable Bidder, based on the Public Tender, published on the Public Procurement Portal of Republic of Slovenia, on … under the no. … and in the Official Gazette of EU, No. …. on …

2. člen

S to pogodbo se pogodbeni stranki dogovorita o splošnih in posebnih pogojih izvedbe javnega naročila. Sestavni del te pogodbe so pogoji, določeni z dokumentacijo v zvezi z oddajo javnega naročila štev. JN-B0782, sprejeti in navedeni v ponudbeni dokumentaciji .............. z dne ……..

Article 2

The Parties agree on general and special conditions related to the realization of the Public Tender. All conditions determined by the procurement documents no. JN-B0782, adopted and specified in the Bid documentation …… dated …shall constitute an integral part of this Contract.

3. člen

84

Procurement documents JN-B0782

3.1

Končna vrednost nakupa avdio mešalnih miz in avdio usmerjevalnika znaša:

EUR ……………… DDP lokacije naročnika, dostavljeno v skladišča posameznih lokacij

naročnika (skladno z INCOTERMS 2010); brez DDV

V zgornji vrednosti predstavlja:

Oprema za lokacijo Ljubljana:

EUR …………….. DDP Ljubljana, dostavljeno v skladišče naročnika, brez DDV

Oprema za lokacijo Koper:

EUR …………….. DDP Koper, dostavljeno v skladišče naročnika, brez DDV

Oprema za lokacijo Maribor:

EUR …………….. DDP Maribor, dostavljeno v skladišče naročnika, brez DDV

Oprema za lokacijo Lendava:

EUR …………….. DDP Maribor, dostavljeno v skladišče naročnika, brez DDV

V primeru plačila domačemu ponudniku, bo le-ta ob izstavitvi računa priračunal DDV, skladno z veljavno zakonodajo o DDV.

V primeru pridobitve blaga znotraj Skupnosti (EU), bo naročnik izvršil samoobdavčitev z DDV, skladno z veljavno zakonodajo o DDV.

Cene po tej pogodbi so fiksne in se ne smejo spreminjati do konca trajanja te pogodbe.

3.2

Vsi dokumenti, ki jih izda ponudnik (računi, dobavnice), morajo vsebovati tudi oznako javnega naročila oz. pogodbe in oznako naročila. Naročilo bo ponudnik prejel po pričetku veljavnosti pogodbe.

85

Procurement documents JN-B0782

Naročnik bo navedene zneske plačeval na račun ponudnika štev.:.......................................pri banki: ...........................................................; v skladu z naslednjimi plačilnimi pogoji:

80 % - v roku 30 dni po naročnikovem kosovnem prevzemu dobavljene opreme in prejemu ustreznega računa;

20 % - v 30 dneh po uspešno opravljenem končnem prevzemu dobavljene opreme in predložitvi zapisnika, podpisanega s strani naročnika;

Naročnik ne bo predložil garancije za zavarovanje odloženih plačil, kakor tudi ne bo predložil kakšnega drugega instrumenta za zavarovanje plačil.

Skladno z Zakonom o opravljanju plačilnih storitev za proračunske uporabnike (ZOPSPU-A), mora naročnik, kot posredni proračunski uporabnik prejemati račune ponudnikov s sedežem v republiki Sloveniji izključno v elektronski obliki (e-račun).

Article 3

3.1.

The total contractual value for the the purchase of audio mixing consoles and audio router amounts to:

EUR ……………………… DDP locations of the Contracting Authority, delivered to

the warehouses of the separate locations of the Contracting Authority

(according to INCOTERMS 2010); without VAT

Specification of total contractual value:

Equipment for location Ljubljana:

EUR …………….. DDP Ljubljana, delivered to the warehouse of the Contracting Authority, without VAT

Equipment for location Koper:

86

Procurement documents JN-B0782

EUR …………….. DDP Koper, delivered to the warehouse of the Contracting Authority, without VAT

Equipment for location Maribor:

EUR …………….. DDP Maribor, delivered to the warehouse of the Contracting Authority, without VAT

Equipment for location Lendava:

EUR …………….. DDP Maribor, delivered to the warehouse of the Contracting Authority, without VAT

In case of a payment to a domestic Bidder, the VAT shall be added at the invoice issuing, according to the valid Law on VAT.

In case of a purchase of the goods on the internal EU market, the Contracting Authority shall carry out the reverse charge of VAT, according to the valid Law on VAT.

The prices according to this Contract are fixed and can not be changed for the period of the Contract duration.

3.2.

All documents issued by the Bidder (Invoices, Delivery Notes) shall also incorporate the Public Tender or Contract Number and the Order number. The Order will be sent by the Contracting Authority to the chosen Bidder after the beginning of Contract validity.

The Contracting Authority shall pay the amounts specified in favour of the Bidder’s account No ……………………at the Bank ……………………; in accordance with the following payment terms:

80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried out by the Contracting Authority and the relevant invoice has been received;

20 % - within 30 days after the final acceptance of complete delivered equipment has been successfully carried out and the protocol has been signed by the Contracting Authority;

The Contracting Authority shall not present bank warranty or any other instrument for insurance of the retained payments.

87

Procurement documents JN-B0782

The passage regarding e-invoices shall apply for Slovenian Bidders only.

4. člen

Ponudnik bo izpolnil naročilo v skladu s pogoji ponudbene dokumentacije, ki je sestavni del te pogodbe, v količini, kvaliteti in rokih, sicer bo naročnik unovčil garancijo za dobro izvedbo pogodbenih obveznosti.

Article 4

The Bidder shall fulfil the order according to the terms of the Bid documentation, being the constituent parts of this Contract, in terms of quantity, quality and deadlines required; otherwise the Contracting Authority shall cash-in a performance guarantee.

5. člen

Ponudnik bo blago dobavil v skladišča posameznih lokacij naročnika, kot sledi:

Lokacija Ljubljana:

Ponudnik bo dobavil opremo najkasneje v roku …….. tednov od dneva pričetka veljavnosti pogodbe.

Lokacija Koper:

Ponudnik bo dobavil 1. del opreme najkasneje v roku ……. tednov od dneva pričetka veljavnosti pogodbe ter 2. del opreme v II. kvartalu leta 2018.

Lokacija Maribor:

Ponudnik bo dobavil 1. del (Paket 1) opreme najkasneje v roku …… tednov od dneva pričetka veljavnosti pogodbe ter 2. del (Paket 2) opreme v II. kvartalu leta 2018.

Lokacija Lendava:

Ponudnik bo dobavil opremo v IV. kvartalu leta 2018.

88

Procurement documents JN-B0782

Po zgoraj navedenih rokih naročnik lahko unovči garancijo za dobro izvedbo pogodbenih obveznosti.

5.1

Ob dobavi opreme mora ponudnik predložiti uporabniške in servisne priročnike v slovenskem ali angleškem jeziku, v 2 izvodih za vsako lokacijo. Poleg tiskanih izdaj mora priložiti tudi verzije priročnikov na zunanjem pomnilniškem mediju.

5.2

Naročnik bo najkasneje v 10 (desetih) delovnih dneh po posameznih prejemih opreme v skladišča posameznih lokacij naročnika opravil kosovne prevzeme. S kosovnimi prevzemi bo ugotovljena kompletnost dobavljene opreme glede na zahtevane specifikacije.

5.3

Ponudnik je v svojo ponudbo vključil tudi konfiguracijo opreme, ki mora biti opravljena v 2 fazah.

Prva faza obsega osnovno konfiguracijo, v skladu z zahtevami naročnika, opisanimi v poglavju 3.2.

Druga faza zajema podrobno konfiguracijo sistema in je odvisna od dobavljene opreme ter bo definirana v sodelovanju med ponudnikom in naročnikom. Druga faza se zaključi po določenem poskusnem obdobju, ki ne bo daljše od 5 mesecev. Poskusno obratovanje bo razkrilo morebitne nepravilnosti v konfiguraciji ali ponudilo ideje za izboljšave. Ponudnik mora nato - v skladu z ugotovitvami v testnem obdobju, izvesti ustrezne prilagoditve.

5.4

Ponudnik bo izvedel dve usposabljanji tehničnega osebja naročnika. Eno usposabljanje bo zajemalo opremo v Kopru, Mariboru in Lendavi, drugo bo potekalo v Ljubljani. Točna datuma in lokacijo prvega usposabljanja bosta naročnik in ponudnik naknadno uskladila.

89

Procurement documents JN-B0782

Vsebino in trajanje usposabljanja določiti ponudnik. Usposabljanje mora vsebovati toliko podatkov, da bo tehnično osebje naročnika lahko:

izvajalo spremembe in prilagoditve obstoječe konfiguracije sistema;

lociralo morebitne napake in jih odpravljalo na ravni izmenjave okvarjenih modulov z rezervnimi.

Vse stroške izobraževanja in stroške za predavatelja/e (nastanitev, dnevnice in potovanja) krije ponudnik.

Article 5

The Bidder shall supply the goods to the warehouses of the separate locations of the Contracting Authority, as follows:

Location Ljubljana:

The Bidder shall supply the equipment at the latest within ……. weeks after the beginning of the Contract validity.

Location Koper:

The Bidder shall supply the equipment of the 1. Part at the latest within …….. weeks after the beginning of the Contract validity and the equipment of the 2. Part in the II. Quarter of the year 2018.

Location Maribor:

The Bidder shall supply the equipment of the 1. Part (Package 1) at the latest within …… weeks after the beginning of the Contract validity and the equipment of the 2. part (Package 2) in the II. Quarter of the year 2018.

Location Lendava:

The Bidder shall supply the equipment in the IV. Quarter of the year 2018.

After the above stated delivery deadlines the Contracting Authority may cash-in a performance guarantee.

5.1

90

Procurement documents JN-B0782

At delivery of the equipment, the Bidder must supply appropriate user/service manuals in Slovene or English language in 2 copies for each location. Beside the printed version, the manuals should be supplied also on some external memory media.

5.2

The Contracting Authority shall perform the quantitative acceptances of the equipment at the latest within 10 (ten) working days after receipt of the equipment to the warehouses of the separate location of the Contracting Authority. With the quantitative acceptances the completeness of delivered equipment regarding the required specifications will be determined.

5.3

The Bidder included in the bid also the configuration of the equipment. The configuration of the equipment should be done in 2 phases.

The first phase comprises the basic configuration according to the Contracting Authority’s requirements defined in chapter 3.2.

The second phase comprises the detailed configuration of the system and depends on the supplied equipment and will be defined between the Bidder and the Contracting Authority. The second phase will be carried out after some trial period that will not be longer than 5 months. Trial operation should reveal eventual irregularities in configuration or give some ideas for improvements. The Bidder should then - according to the findings in the test period, carry out the adequate adaptations.

5.4

The Bidder shall perform two training courses for technical staff of the Contracting Authority. One course will cover the equipment in Koper, Maribor and Lendava, the other will be held in Ljubljana. The exact dates and location of the first course shall be agreed by both parties subsequently.

The contents and the duration of the training should be determined by the Bidder. The contents of the training should contain enough information to enable the technical staff to:

make the changes and adaptations of existing configuration of the system;

locate the eventual faults and fix them on the level of exchanging broken modules with the spare ones.

91

Procurement documents JN-B0782

All training costs and costs for the lecturer for the time of course (accommodation, daily allowances and travelling) will be covered by the Bidder.

6. člen

Garancijski pogoji so navedeni v ponudbeni dokumentaciji, ki je sestavni del te pogodbe in so bili sprejeti s strani obeh pogodbenih partnerjev. Garancijski rok traja ……… in prične teči z dnem, ko naročnik podpiše zapisnik o uspešno opravljenem končnem prevzemu opreme.

Ponudnik se obvezuje tudi, da bo naročniku v času garancije nudil tehnično podporo v primeru, ko le-ta sam ne bo mogel odpraviti napake na opremi. Kontaktna oseba ali osebe ponudnika za tehnično podporo: ………………...................., telefon:................fax:..........e-mail:......................; lokacija tehnične podpore: .................. ............................................................................

Ponudnik je dolžan naročniku takoj sporočiti morebitne spremembe glede kontaktnih podatkov.

6.1

Ponudnik zagotavlja, da bodo vse nadgradnje programske opreme v času garancijskega roka brezplačne za naročnika, skladno z izjavo, ki je sestavni del te pogodbe.

Article 6

The guarantee terms are determined in the Bid documentation, which shall constitute the integral part of this Contract and have been adopted by both Parties. The guarantee period is……........ and shall start with the date the Contracting Authority has signed the Protocol of the successfully done final acceptance of the equipment.

The Bidder is obliged to give the Contracting Authority all the technical support within the guarantee period, in case he would not be able to eliminate the errors on the equipment. The contact person or persons for technical support ..............., telephone: ................, fax: ...................., e-mail: .............; location of the technical support: …………………………………………………………………..

All changes regarding the contact person shall be promptly announced to the Contracting Authority.

92

Procurement documents JN-B0782

6.1.

Within the warranty period the Bidder assures free of charge delivery of all new versions of software for the equipment that is the subject of this Contract, according to the Statement, that is an integral part of this Contract.

7. člen

Ponudnik se obvezuje, da bo zagotavljal od proizvajalca predvidene rezervne dele še najmanj 5 (pet) let od datuma končnega prevzema opreme, skladno z izjavo, ki je sestavni del te pogodbe.

Article 7

The Bidder is obliged to assure the necessary spare parts, at least 5 (five) years from the date of final acceptance of the delivered equipment, according to the Statement, that is an integral part of this Contract.

8. člen

Končne prevzeme opreme na posameznih lokacijah naročnika bosta opravila predstavnik naročnika in predstavnik ponudnika, ki mora imeti tehnično usposobljeno osebje. Pri končnem prevzemu in zagonu bo naročnik ugotavljal naslednje karakteristike:

kakovost dobavljenih in vgrajenih delov

funkcionalnost

stabilnost delovanja

odpravljanje morebitnih napak

Naročnik mora opraviti končni prevzem dobavljenega blaga (opreme) najkasneje v roku 6 mesecev po količinskem prevzemu opreme.

Po uspešnem prevzemu se opravi zapisnik o končnem prevzemu opreme.

93

Procurement documents JN-B0782

Vse morebitne nepravilnosti, ugotovljene pri končnem prevzemu opreme (ki jih mora naročnik specificirati v pisni obliki), morajo biti odpravljene s strani ponudnika v roku enaindvajset (21) dni po neuspešnem končnem prevzemu, po tem roku lahko naročnik unovči garancijo za dobro izvedbo pogodbenih obveznosti.

Končni prevzem bo izveden, ko so odpravljene vse morebitne nepravilnosti.

Z dnem, ko naročnik podpiše zapisnik o uspešno opravljenem končnem prevzemu opreme, prične teči garancijski rok.

Article 8

The final acceptances of the equipment on the premises of the separate locations of the Contracting Authority shall be performed by the Contracting Authority and the Bidder of the equipment, who must have technically qualified staff. At the final acceptance and start-up, the following characteristics shall be observed:

the quality of the supplied and installed parts

functionality

how stable the equipment is when operating

the eventual error elimination

The Contracting Authority must perform the final acceptance of the delivered equipment (goods) at latest within 6 months after the quantitative acceptance of equipment.

After the final acceptance is successfully carried out, the protocol will be issued.

All eventual incorrectness, ascertained at final acceptance procedure (that are to be specified in writing by the Contracting Authority), are to be eliminated by the Bidder within 21 days after the unsuccessful final acceptance, after this time limit the Contracting Authority may cash-in a performance guarantee.

It is understood that the final acceptance will be completed when all eventual incorrectness are eliminated.

The guarantee period shall start with the date the Contracting Authority has signed the Protocol of the successfully done final acceptance of the equipment.

94

Procurement documents JN-B0782

9. člen

Naročnik lahko oporeka kakovosti blaga oz. storitve v zakonsko določenih rokih po tem, ko ugotovi neustrezno kakovost. V garancijskem roku pa lahko vsak čas zahteva odpravo napake, ki jo je ponudnik dolžan odpraviti. Pogoji odpravljanja napak so navedeni v ponudbeni dokumentaciji, ki je sestavni del te pogodbe. V primeru, da kakovost blaga oz. storitve ni v skladu z zahtevami dokumentacije v zvezi z oddajo javnega naročila ali iz ponudbene dokumentacije, ima naročnik pravico unovčiti garancijo za dobro izvedbo pogodbenih obveznosti.

Ponudnik odgovarja za skrite napake na dobavljenem blagu oz. opravljeni storitvi. Skrite napake so tiste, ki jih naročnik ni mogel odkriti z običajnim pregledom dobavljenega blaga oz. storitve. Naročnik mora obvestiti ponudnika o napaki v osmih dneh, šteto od dneva, ko je napako opazil.

Article 9

After the Contracting Authority has established the inappropriate quality of goods or services, this quality of goods or services may be contested in statutory deadlines. During the guarantee period the elimination of defects can be requested at any time and the Bidder shall be liable to remedy any defect. Terms related to the remedy of defects are determined in the Bid documentation, which constitute an integral part of this Contract. If the quality of goods or services is not in accordance with the stipulations of the tender or bid documentation, the Contracting Authority shall cash-in a performance guarantee.

The Bidder is responsible for the hidden errors on the delivered goods or completed services. Hidden errors are those, the Contracting Authority was unable to determine with the commonly performed examination of the delivered goods or services. The Contracting Authority shall inform the Bidder about the hidden error within eight days, counting from the date the hidden error had been noticed.

10. člen

Če dobava ni realizirana oz. storitve niso opravljene v predvidenem roku po ponudnikovi krivdi, razen v primeru višje sile, je ponudnik dolžan plačati naročniku kazen v višini 1 odstotek vrednosti zadevne delne dobave, ki predstavlja funkcionalno enoto, za vsak zaključen teden, vendar ne več kot 5 odstotkov celotne pogodbene vrednosti.

Kazen začne teči naslednji delovni dan po določenem času dobave oz. izvedbe storitve. Če dobava oz. izvedba storitve zaostaja po ponudnikovi krivdi za več kot 4 tedne, ima naročnik pravico, razen če uveljavlja kazenski zahtevek, da določi nov dobavni rok oz. rok izvedbe ali prekine pogodbo.

95

Procurement documents JN-B0782

Article 10

If the goods are not supplied or the services are not completed due to the Bidder’s fault in a planned timescale, with the exception of Force Majeure, the Bidder shall be liable to pay penalties in the amount of 1 per cent of a respective partial delivery, incorporating a functional unit, for each week completed, but not increasing 5 per cent of the total Contract amount.

The penalty shall commence next working day after the determined delivery deadline for goods or services. If the delivery of goods or the completion of service is delayed due to Bidder’s fault for more than 4 weeks, the Contracting Authority shall have right, unless the penal claim is exercised, to determine a new delivery time for goods or services or to terminate the Contact.

11. člen

Pogodbeni stranki se obvezujeta, da bosta naredili vse, kar je potrebno za izvršitev pogodbe in da bosta ravnali kot dobra gospodarja. Vse morebitne spore v zvezi s to pogodbo bosta stranki najprej poizkušali rešiti po mirni poti. Če razrešitev po mirni poti ne bo mogoča, sta pogodbeni stranki sporazumni, da je za reševanje vseh morebitnih sporov iz te pogodbe pristojno sodišče v Ljubljani po slovenskem pravu.

Article 11

The Parties undertake to exercise their best efforts to implement the Contract and act with due diligence. The Parties shall endeavour to resolve all eventual disputes arising out of this Contract by mutual agreement. Should such amicable settlement not be substantially reached, the Parties agree to refer, the dispute arising out of this Contract, to the Court of Ljubljana, according to the Slovenian law.

12. člen

V primeru višje sile kot so požar, poplava, potres, vojna, stavke in podobno, se lahko naročnik in ponudnik sporazumeta za podaljšanje roka izpolnitve po tej pogodbi, za dobo trajanja višje sile. Če zaradi daljših rokov trajanja višje sile ne bi bilo mogoče izpolniti pogodbenih obveznosti, lahko pogodbeni stranki pogodbo prekineta. Prekinitev ali podaljšanje pogodbe mora biti v pisni obliki.

V primeru daljšega trajanja višje sile pogodbeni stranki lahko pogodbo razdreta, vsaka stranka nosi svoje, do razdrtja pogodbe nastale stroške.

96

Procurement documents JN-B0782

Article 12

In the event of Force Majeure such as fire, flood, earthquake, war, strikes and similar, the Contracting Authority and the Bidder agree to extend the period that its performance of such obligations is prevented by the event of Force Majeure. Should it not be possible to fulfil obligations under this Contract in spite of all longer periods of time, the Parties may terminate the Contract. The termination or extension of the Contract shall be provided in writing.

In the case of longer period of Force Majeure the Parties may terminate the Contract, each party bearing their own costs that have been occurred till then.

13. člen

Pogodba je sklenjena z odložnim pogojem in stopi v veljavo:

z dnem obojestranskega podpisa s strani pooblaščenih podpisnikov naročnika in ponudnika ter veljavnim žigom obeh pogodbenih strank;

s predložitvijo garancije za dobro izvedbo pogodbenih obveznosti, izdano s strani banke ali zavarovalnice, brezpogojne, nepreklicne in plačljive na prvi poziv, v višini 10 % pogodbene vrednosti in z veljavnostjo do 31. 07. 2019. Ponudnik je dolžan predložiti garancijo za dobro izvedbo pogodbenih obveznosti najkasneje 10 dni po podpisu pogodbe.

Ta pogodba je sklenjena za določen čas, in sicer do konca izvedbe vseh pogodbenih obveznosti. Le-te so zaključene, ko poteče garancijski rok po tej pogodbi in so odpravljene vse morebitne napake, ki so bile ugotovljene v tem garancijskem roku ter ko se izteče rok, v katerem mora ponudnik zagotoviti dobavo rezervnih delov.

Article 13

The Contract is made under the suspense and enters into force:

on the day the authorized representatives of the Contracting Authority and Bidder affix their signatures and valid stamps of both parties;

97

Procurement documents JN-B0782

by Bidder’s presentation of the Performance Guarantee, issued by Bank or Insurance Company, irrevocable, unconditional and payable at first call, in the amount of 10 % of the contractual value and valid till 31st July, 2019. The Bidder must present the Performance Guarantee at the latest 10 days after the signature of the Contract.

The contract is concluded for a fixed period, i.e. till the end of realization of all contractual obligations. It is understood all obligations are fulfilled, when the warranty period according to this contract expires and all eventual defects that had been ascertained during this warranty period are eliminated as well as the period of assuring spare parts had been run out.

14. člen

Določila pogodbe so fiksna in se jih ne sme spreminjati v času trajanja pogodbe. V primeru, da nastanejo izredni pogoji, ki bi onemogočali izpolnjevanje pogodbenih določil, lahko stranki skleneta dodatek k pogodbi v pisni obliki. Ta mora biti podpisan in žigosan s strani obeh pooblaščenih pogodbenih predstavnikov.

Article 14

The provisions of the Contract are fixed and can not be amended during the duration of the Contract. In the event of extraordinary conditions that should preclude the fulfilment of the Contract provisions, the Parties may conclude the Annex to the Contract in writing. This Annex must be signed and duly stamped by the authorized representatives of the Parties.

15. člen

Če kdo od pogodbenih partnerjev posredno ali neposredno obljubi, ponudi ali da kakšno nedovoljeno korist (vključno s potnimi stroški, darili in stroški gostinskih storitev, ki presegajo vrednost 75 EUR), z namenom vplivati na:

pridobitev posla,

sklenitev posla pod ugodnejšimi pogoji,

opustitev dolžnega nadzora nad izvajanjem pogodbenih obveznosti ali

98

Procurement documents JN-B0782

drugo ravnanje ali opustitev, s katerim je organu ali organizaciji iz javnega sektorja povzročena škoda ali je omogočena pridobitev nedovoljene koristi predstavniku organa, posredniku organa ali organizacije iz javnega sektorja, drugi pogodbeni stranki ali njenemu predstavniku, zastopniku ali posredniku,

 je pogodba nična.

Article 15

If any of the contracting partners directly or indirectly promises, offers or gives any prohibited benefit (including travel expenses, gifts and catering costs in the value above EUR 75), in order to:

obtain a deal,

conclude a deal under more favourable conditions,

provide for the omission of due supervision over the implementation of contractual obligations, or

provide for other actions or omissions through which a public body or organisation suffers damage or which enables the representative of the public body or organisation, the other contracting party or its representative, authorised person or agent to obtain prohibited benefits,

the contract shall be rendered null and void.

16. člen

Pogodbeni stranki izjavljata, da je to pogodbo možno odpovedati pred njeno izpolnitvijo v primeru, da nastopi ena od naslednjih spodaj navedenih okoliščin.

Naročnik lahko odpove pogodbo pred njeno izpolnitvijo:

          če je proti ponudniku uveden stečaj ali prisilna poravnava,

          če so pretekli pogodbeno določeni roki, ponudnik pa ni izpolnil pogodbenih obveznosti,

          če ponudnik ni odpravil ugovarjanih napak oz. odprava napak ni možna,

Ponudnik lahko odpove pogodbo:99

Procurement documents JN-B0782

         če naročnik ne plača pogodbene cene.

Odpoved pogodbe se poda v pisni obliki. Pogodba preneha veljati z dnem potrjenega prejema pisne odpovedi s strani pooblaščene osebe pogodbene stranke, ki se ji odpoveduje pogodbeno razmerje.

Če odpove pogodbo naročnik, lahko zahteva povrnitev škode, ki mu je nastala zaradi neizpolnitve pogodbe s strani ponudnika. Če odpove pogodbo ponudnik, lahko zahteva plačilo za že opravljene storitve do dneva odpovedi pogodbe. Odškodninski zahtevki pogodbeno zveste stranke s tem niso izključeni.

Article 16

The Contract parties declare this contract could be terminated before its fulfilment only if one of the following circumstances occurred.

The Contracting Authority is justified to terminate the contract before its fulfilment if:

the compulsory settlement, bankruptcy or liquidation procedures are initiated against the Bidder,

the contractual delivery date is expired and the Bidder 's obligations are not fulfilled,

the Bidder does not eliminate the defects or the elimination of the defects is not possible.

The Bidder is justified to terminate the contract if:

the Contracting Authority does not pay the contractual price.

The termination of the Contract shall be provided in writing. The Contract ceases to be valid on the day the authorized representative of the party, who has been denounced from the Contract, confirm the receipt of the written termination.

If the Contract is terminated by the Contracting Authority, the Bidder is liable to reimburse the damage, caused due to his non-fulfilment of the Contract. If the Contract is terminated by the Bidder, he is justified to require the payment for contractual works already done till the date of the Contract termination. By this the indemnity claims of contractual loyal party are not excluded.

100

Procurement documents JN-B0782

17. člen

Ta pogodba preneha veljati, če je naročnik seznanjen, da je pristojni državni organ ali sodišče s pravnomočno odločitvijo ugotovilo kršitev delovne, okoljske ali socialne zakonodaje s strani ponudnika (oz. izvajalca pogodbe o izvedbi javnega naročila ali njegovega podizvajalca).

Article 17

This Contract ceases to be valid if the Contacting Authority is informed that the competent State Authority or Court had established with a final decision that the Bidder (respectively the Contractor or his Subcontractor) has infringed applicable obligations in the area of environmental, social and labour law.

18. člen

S strani naročnika je za izvajanje pogodbe odgovoren: - za lokacijo Ljubljana …. (telefon: +386 1 475 ….), - za lokacijo Koper …. (telefon: +386 ….), - za lokaciji Maribor in Lendava …. (telefon: +386 1 ….); s strani ponudnika pa: …. (telefon: ….).

Article 18

Each party shall nominate representatives, responsible for the realization of the Contract, i.e.: for the Contracting Authority: - for location Ljubljana ….. (phone: +386 1 475 ….), - for location Koper ……(phone: +386 ….), - for locations Maribor and Lendava ……(phone: +386 ….); for the Bidder: ….… (phone: …).

19. člen

Pogodba je sestavljena iz naslednjih delov, ki predstavljajo enovito celoto:

Osnovna pogodba s komercialnimi pogoji, slovenska in angleška verzija

Priloga 1 – Ponudbena dokumentacija štev. ............................................................

101

Procurement documents JN-B0782

Priloga 2 – Garancija za dobro izvedbo pogodbenih obveznosti

Vsak člen v pogodbi je napisan najprej v slovenščini in nato še v angleščini. V primeru dvoma ali nesporazuma velja slovenska verzija.

Pogodba je sestavljena v petih izvodih, od katerih prejme naročnik tri izvode, ponudnik pa dva izvoda.

Article 19

The Contract encompass the following parts, which represent the uniform whole:

Basic Contract including commercial terms, Slovenian and English version

Enclosure 1 – Bid documentation …..No. …………

Enclosure 2– Performance Guarantee

Each article in the Contract is written first in Slovenian and then in English language. In case of any doubt or misunderstanding, the Slovenian version should therefore be considered final.

The Contract is drawn up in five copies, the Contracting Authority receiving three copies, and the Bidder two copies.

PODPIS IN ŽIG POOBLAŠČENIH PREDSTAVNIKOV NAROČNIKA IN PONUDNIKA – POGODBA ŠT. JN-B0782 /THE SIGNATURE AND SEAL OF THE AUTHORIZED REPRESENTATIVES OF THE CONTRACTING AUTHORITY AND BIDDER – CONTRACT No. JN-B0782.

Ljubljana, ….................... ………….., …….…................

NAROČNIK: / PONUDNIK: /

CONTRACTING AUTHORITY: BIDDER:

Radiotelevizija Slovenija, Javni zavod …………………………………..

Generalni direktor / Director General …………………………………..

102

Procurement documents JN-B0782

Igor Kadunc …………………………………..

Žig / Stamp: Žig / Stamp:

Place and date....................................

Beneficiary……………………..

GUARANTEE FOR THE SERIOUSNESS OF BID NO......

In accordance with the public procurement no.: ......... for purchase of the following goods (or for the following service):

1…………………………..

2…………………………..

3…………………………..

for the purposes of the Contracting Authority (i.e. Beneficiary), the Bidder ………………………………. is bound to submit to the Contracting Authority a guarantee for seriousness of the bid to the amount of …………. EUR.

The Bank is bound to pay stated amount in the following events:

a) the Bidder withdraws or changes his bid within its term of validity

or

b) the Bidder, selected at public selection of bids:

- does not fulfil or withdraws from signing a contract in accordance with procurement documents

or

- does not submit or refuses to submit a Performance Bank Guarantee in accordance with procurement documents.

We are bound to pay within 15 days after the receipt of the first written demand by Contracting Authority the above mentioned amount without any additional grounding if the Contracting Authority in

103

Procurement documents JN-B0782

it’s claim states, that it is entitled to demanded amount due to fulfilment of one or two above mentioned events and if the Contracting Authority states, to which event it refers.

Claim for above reason must be presented to the Bank and must contain:

1. original summons of Contracting Authority for cashing-in the Bank guarantee in accordance with

above paragraph and

2. original Guarantee no. ../……………..

With every payment on this guarantee the sum of guarantee is reduced by the same amount.

This guarantee is valid until the Bidder is chosen according to the above mentioned public procurement and (in case the correct or partly correct offer is accepted) until the Contract between chosen Bidder and Contracting Authority is signed and Performance Guarantee being presented by the chosen Bidder, but not later than the Bid expiration date .

We have to receive your claims for cashing-in of the amount guaranteed until 15 December, 2017 at the latest. After this term the validity of guarantee is automatically terminated irrespective of whether or not the guarantee is returned to the bank.

This guarantee is not transferable.

Eventual dispute between Beneficiary and the Bank will be settled by the Court of Ljubljana, according to the Slovenian law.

Bank

(stamp and signature)

104

Procurement documents JN-B0782

Name of the Bidder: …………………………………………………………………

Address of the Bidder: ………………………………………………………………

STATEMENT REGARDING THE PERFORMANCE GUARANTEE

FOR PUBLIC TENDER JN-B0782

Should we, .................. (The Bidder) be awarded the Tender of RTV Slovenija, No. JN-B0782 – for the purchase of audio mixing consoles and audio router

WE DECLARE,

we will supply a Performance Guarantee for 10 % of the contractual value upon Contract signature. The Performance Guarantee will be issued by the first class Bank or Insurance Company and will be irrevocable, unconditional and payable at first call and valid till 31st July, 2019. We shall present the Performance Guarantee within 10 days after the contract signature.

If we fail to submit the Performance Guarantee in the required deadline, the Contracting Authority has the right to cash-in the Guarantee for the seriousness of the bid.

105

Procurement documents JN-B0782

Place and date: Stamp: Signature of the Bidder’s

authorized person

……………………………… ………………………………

106

Procurement documents JN-B0782

Name of the Bidder: …………………………………………………………………

Address of the Bidder: ………………………………………………………………

STATEMENT ON THE FORWARDING OF DATA IN THE DISCLOSUREOF THE BIDDER'S OWNERSHIP

FOR PUBLIC TENDER JN-B0782

We hereby state under criminal and material liability to submit to the Contracting Authority, within eight days of being asked to do so, the Statement on the participation of natural and legal persons in the Bidder's ownership which follows as part of this procurement documents.

107

Procurement documents JN-B0782

Place and date: Stamp: Signature of the Bidder’s

authorized person

……………………………… ………………………………

108

Procurement documents JN-B0782

For the purpose of the sixth paragraph of Article 14 of the Public Integrity and Corruption Prevention Act (Official Gazette of the RS, no. 45/2010, with amendments and supplements, hereinafter), to ensure the transparency of the business and to mitigate corruption risks when concluding legal transactions in the capacity of the Bidder's representative in the process of awarding public contract, I hereby issue the following

STATEMENT ON THE PARTICIPATION OF NATURAL AND LEGAL PERSONS IN THE BIDDER'S OWNERSHIPFOR PUBLIC TENDER JN-B0782

Data on the Bidder

Company name or name of the Bidder:

Registered office of the Bidder:

Registration no. of the Bidder:

The Bidder is the holder of a dormant partnership:

(mark as appropriate)

YES – NO

The Bidder's ownership structure:

1. DATA ON THE PARTICIPATION OF NATURAL PERSONS IN THE BIDDER'S OWNERSHIP (INCLUDING DORMANT PARTNERS)

Name and surname of the natural person (1):

Place of residence:

Share of ownership:

Dormant partner

(mark as appropriate)

If YES, state the holder of the dormant partnership!

YES – NO

Name and surname of the natural person (2):

Place of residence

109

Procurement documents JN-B0782

Share of ownership

Dormant partner

(mark as appropriate)

If YES, state the holder of the dormant partnership!

YES – NO

(continue the list as appropriate)

2. DATA ON THE PARTICIPATION OF LEGAL PERSONS IN THE BIDDER'S OWNERSHIP (INCLUDING DORMANT PARTNERS)

Name of the legal person:

Registered office of the legal person:

Share of ownership:

Company reg. no.:

Legal person is also the holder of the dormant partnership (mark as appropriate):

YES – NO

110

Procurement documents JN-B0782

the legal person being owned by the following natural persons:

Name and surname of the natural person:

Place of residence:

Share of ownership:

Dormant partner (YES – NO)

If YES, state the holder of the dormant partnership!

(continue the list as appropriate)

3. DATA ABOUT RELATED COMPANIES

Name of the legal person:

Registered office of the legal person:

Company reg. no.:

is in mutual relationship according to Article 527 of the Companies Act with the legal person:

Name of the legal person:

Registered office of the legal person:

Company reg. no.:

associated as follows:

(continue the list as appropriate)

I hereby declare that, in the capacity of a natural person - participant in the Bidder's ownership, I stated:

- any natural person who owns through direct or indirect ownership at least 5% of shares or participates in the management rights, management or capital of the legal person with more than a 5% share or has the controlling position in the management of the legal person's funds;

111

Procurement documents JN-B0782

- any natural person who indirectly provides or is providing funds to a legal person and is on such grounds given the possibility of exercising control, guiding or otherwise substantially influencing the decisions of the management or other administrative body of the legal person concerning financing and business operations.

By signing this statement I hereby guarantee that there are no other natural or legal persons, dormant partners and companies, considered to be related companies pursuant to the provisions of the law regulating companies, in the entire ownership structure.

My signature on this statement warrants that the data provided are true and accurate and I am aware that the contract shall be considered null and void, should my statement be false or data untrue. I undertake to inform the Contracting Authority of any changes to the data submitted.

Place and date: Name and surname of the legal representative:

____________________________ _________________________________

Signature and stamp:

112

Procurement documents JN-B0782

Radiotelevizija Slovenija, Javni zavod,

Commercial Department

e-mail:[email protected]

Date: .............................................................

EXPLANATION OF THE PROCUREMENT DOCUMENTS NO. JN-B0782

1. Questions:

.....................................................................................................................................................................

.....................................................................................................................................................................

.....................................................................................................................................................................

.....................................................................................................................................................................

.....................................................................................................................................................................

.........................................................................................................................................................

2. Answers:

.....................................................................................................................................................................

.....................................................................................................................................................................

.....................................................................................................................................................................

.....................................................................................................................................................................

...............................................................................................

113

Procurement documents JN-B0782

114