invitation to submit bids for the public · web viewthe bidder has to mount the lift...

116
TENDER DOCUMENTATION PUBLIC TENDER THROUGH THE OPEN PROCEDURE No. JN-B0692 PURCHASE OF TWO KA-BAND DSNG VANS

Upload: lykien

Post on 30-Mar-2018

216 views

Category:

Documents


2 download

TRANSCRIPT

TENDER DOCUMENTATION

PUBLIC TENDER THROUGH THE OPEN PROCEDURE

No.

JN-B0692

PURCHASE OF TWO KA-BAND DSNG VANS

CONTENTS1 INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER...............................................................52 INSTRUCTIONS FOR MAKING BIDS....................................................................................................6

2.1 Contracting Authority of the public Tender.......................................................................................6

2.2 Legal ground.................................................................................................................................... 6

2.3 Basic rules of operation.................................................................................................................... 6

3 SUBJECT OF THE PUBLIC PROCUREMENT......................................................................................73.1 General description and requirements specification for Ka-BAND DSNG van for the television programmes production and transmission..................................................................................................7

3.2 STANDARDS................................................................................................................................... 7

3.3 SPECIFICATION.............................................................................................................................. 8

3.4 The vehicle's technical requirements................................................................................................93.4.1 Homologation.............................................................................................................................................93.4.2 The Vehicle requirements..........................................................................................................................93.4.3 Installation of the wired walls and shelves into the van cabin.................................................................123.4.4 Other addition on the van bodywork........................................................................................................143.4.5 Folding awning on the right side of the van.............................................................................................163.4.6 Electrical power installation for powering the TV/RADIO technology in the van.................................163.4.7 Motorized vehicular Ka-BAND antenna system.....................................................................................193.4.8 Lift mast for lights and antenna on the van roof......................................................................................203.4.9 Additional outdoor lights on the van and on the mast:............................................................................213.4.10 Mounting of the communications antennas.............................................................................................223.4.11 Visiting , factory acceptance, commissioning of the vehicle at integrator location.................................22

3.5 Subject of the public procurement FOR Ka-BAND DSNG van for the radio programmes production and transmission....................................................................................................................................... 23

3.6 STANDARDS................................................................................................................................. 233.6.1 SPECIFICATION....................................................................................................................................24

3.7 Technical requirements..................................................................................................................253.7.1 Homologation...........................................................................................................................................253.7.2 Van requirements.....................................................................................................................................253.7.3 The furniture and equipment accommodation elements..........................................................................283.7.4 Other modifications on the van bodywork...............................................................................................293.7.5 Folding awning on the right side of the van.............................................................................................303.7.6 Roof-mounted air conditioning system....................................................................................................303.7.7 Floor cover with antistatic surface and heating foil.................................................................................303.7.8 Electrical power installation for powering the technology equipment in the van....................................303.7.9 The lighting..............................................................................................................................................333.7.10 Motorized vehicular Ka-BAND antenna system.....................................................................................343.7.11 Audio and video equipment.....................................................................................................................34

3.7.11.1 Digital audio mixing console...........................................................................................................343.7.11.2 Audio codec.....................................................................................................................................353.7.11.3 Computer monitor............................................................................................................................363.7.11.4 Audio monitors.................................................................................................................................363.7.11.5 Audio connection plate for headphones and microphones..............................................................363.7.11.6 Wireless Microphone set..................................................................................................................363.7.11.7 Wireless Personal Monitor Set.........................................................................................................36

3.7.12 Cable reels................................................................................................................................................373.7.13 Ladder......................................................................................................................................................373.7.14 Additional outdoor lights on the vehicle..................................................................................................373.7.15 The additional communications antennas................................................................................................373.7.16 Visiting, factory acceptance, commissioning of the vehicle at integrator location..................................38

3.8 Annex 1: equipment accommodation desiGN................................................................................39

3.9 General Conditions.........................................................................................................................413.9.1 References and the inspection of the reference van for both vehicles.....................................................41

3.9.2 Operational-maintenance training on the RTVSLO location – only for the Ka-BAND DSNG van for the television programmes production and transmission...............................................................................................413.9.3 Quantity and final acceptance for both vehicles......................................................................................423.9.4 Spare parts for both vehicles....................................................................................................................423.9.5 Delivery terms for both vehicles..............................................................................................................423.9.6 Warranty conditions of the bidder and maintenance for both vehicles....................................................42

4 BID DOCUMENTATION.......................................................................................................................434.1 General conditions for making bid documentation..........................................................................43

4.1.1 Clarification to the tender documentation...........................................................................................434.1.2 Language.................................................................................................................................................434.1.3 Marking...................................................................................................................................................434.1.4 Contents of a bid.....................................................................................................................................434.1.5 Alternative bids and variant bids.........................................................................................................434.1.6 Only one Bid from each Bidder............................................................................................................434.1.7 Form of a bid..........................................................................................................................................434.1.8 Validity of the bids.................................................................................................................................44

4.2 Documents in the bids....................................................................................................................444.2.1 Data on Bidder and Bid.........................................................................................................................444.2.2 Contents of the bid documentation.......................................................................................................444.2.3 Form »Declaration on acceptance of the public tender conditions«.................................................444.2.4 Form of an OFFER that has to contain:..............................................................................................444.2.5 Proforma Invoice....................................................................................................................................444.2.6 Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)” – for a legal entity....................................................................................................444.2.7 Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)” – for a legal representative.....................................................................................454.2.8 Form “Statement under the third and fourth paragraph of article 42 of the ZJN-2”....................454.2.9 Form “Bidder’s statements, given under criminal and material liability”.......................................454.2.10 Bank Certificate of solvency..................................................................................................................454.2.11 Warranty conditions of the Bidder.......................................................................................................464.2.12 Declaration of the Bidder regarding the spare parts..........................................................................464.2.13 Declaration of the Bidder - all the offered equipment is factory-new...............................................464.2.14 Declaration of the Bidder regarding the software upgrades..............................................................464.2.15 Reference statements.............................................................................................................................464.2.16 Sample of the Contract..........................................................................................................................464.2.17 Guarantee for the seriousness of the bid..............................................................................................464.2.18 Declaration, stating the Bidder shall provide a Performance guarantee..........................................464.2.19 Statement on the forwarding of data in the disclosure of the Bidder's ownership..........................474.2.20 Technical documentation.......................................................................................................................47

5 CONTRACT AWARD CRITERIA..........................................................................................................485.1 CONTRACT AWARD CRITERIA...................................................................................................48

6 REVIEW CLAIM.................................................................................................................................... 486.1 Legal base and terms for submission.............................................................................................48

6.2 Method of submitting the review claim...........................................................................................48

7 FORMS................................................................................................................................................. 48Data on bidder and bid........................................................................................................................... 49

Declaration of Bidder’s acceptance of Public Procurement conditions............................................50

Form offer................................................................................................................................................ 51

Proforma Invoice..................................................................................................................................... 52

Statement on criminal offences from the first paragrafh of article 42 of the public procurement act (ZJN-2)...................................................................................................................................................... 53

For a legal enttity – PAGE 1................................................................................................................... 53

Statement on criminal offences from the first paragrafh of article 42 of the public procurement act (ZJN-2)...................................................................................................................................................... 54

For a legal entity – PAGE 2....................................................................................................................54

Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)............................................................................................................................................... 55

For a legal representative – PAGE 1......................................................................................................55

Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)............................................................................................................................................... 56

For a legal representative – PAGE 2......................................................................................................56

Statement under the third and the fourth paragr. of art. 42 of the ZJN-2...........................................57

Bidder's Statements given under criminal and material liability........................................................58

Declaration of the Bidder regarding the spare parts...........................................................................59

Declaration of the Bidder – all the offered equipment is factory new................................................60

Declaration of the Bidder regarding the software upgrades...............................................................61

Reference statement............................................................................................................................... 62

Sample Contract...................................................................................................................................... 63

Guarantee for the seriousness of Bid...................................................................................................73

Statement regarding the Performance Guarantee...............................................................................74

Statement on the forrwarding of data in the disclosure......................................................................75

of the bidder’s ownership...................................................................................................................... 75

Explanation of the Tender documentation No. JN-B0692...................................................................78

1 INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER

Pursuant to Item 1 of the first paragraph of Article 24 of the Public Procurement Act (Official Gazette of the Republic of Slovenia no.: 12/2013-UPB5, 19/2014 - hereinafter referred to as ZJN-2), Radiotelevizija Slovenija, Public Institution, hereby publishes the contract notice through the open procedure for:

purchase of two Ka-BAND DSNG vans.

Bids in three copies (one original and two 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-B0692“. The full address of the Bidder is to be written on the envelope.

The term for acceptance of bids is until 09.00 a.m. on 19 November, 2015. 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 19 November , 2015 at 10.00 o’clock on the premises of Commercial Department of Javni Zavod RTV Slovenija, at Komenskega Street 7 in Ljubljana.

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, 09 October, 2015 Commercial Department ofRTV Slovenia

5

2 INSTRUCTIONS FOR MAKING BIDS

2.1 CONTRACTING AUTHORITY OF THE PUBLIC TENDER

Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 LjubljanaVAT No.: SI29865174; Corporate registry No.: 5056497

Bids will be appraised by the General Manager appointed Evaluation Committee. 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 tender documentation.

The selected 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 incomplete bids, the Contracting Authority shall annul the tender. The Contracting Authority reserves the right not to choose any of the bids (according to Art. 80 of ZJN-2).

2.2 LEGAL GROUND

The Public Procurement of Javni Zavod RTV Slovenia (hereinafter referred to as: Contracting Authority) is carried out in accordance with the valid Public Procurement Act (ZJN-2) and by-laws applicable 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

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.

6

3 SUBJECT OF THE PUBLIC PROCUREMENT

The subject of this public tender is the purchase of two shuttle compact vans, with coach building modification regarding to the requirements of the tender authority:

Ka-BAND DSNG van for the television programmes production and transmission, Ka-BAND DSNG van for the radio programmes production and transmission.

The bid has to comply with all demands which are specified in technical requirements. The characteristics of the offered equipment have to be equal to or better than the required ones. If this would not be the case the offer will be rejected.

3.1 GENERAL DESCRIPTION AND REQUIREMENTS SPECIFICATION FOR KA-BAND DSNG VAN FOR THE TELEVISION PROGRAMMES PRODUCTION AND TRANSMISSION

The subject of the procurement is a shuttle compact van, with coach building modification regarding to the requirements of the Contracting authority. The van will be used for the live one camera HD SDI news gathering and Ka-BAND satellite transmission of the camera HD SDI embedded signal to the RTV studio. The van has to fulfil the following requirements in TV reporting production:

Transport of the technical equipment, Ka-BAND satellite antenna system, mounted on the roof of the van, camera with accessories, additional transmission, video, audio, communication equipment to the reporting location

Transport of the reporting team, consisting of up to four people (the van operator-driver, cam-eraman, camera and editing assistant, journalist) to the reporting location

The protection of the reporting team while recording in bad weather conditions. The space be-low the folding awning, mounted above the right sliding door, and below the up-and-over rear door (tailgate) is the convenient operating place while raining.

The cabin of the van is the working place for the laptop editing and for the reporting team mo-bile office on reporting location.

The van must provide the electrical powering of the technical equipment and safe connection to the public electrical power network

The van must provide the electrical power autonomy for 8 hours of the van operation (the power consumption is 1000W).

The van must provide the lighting for one-camera shooting in the dark and night conditions.

3.2 STANDARDS

The offered equipment has to operate according to the PAL standards, SD (576i at 50 Hz) and HD (720p/1080i at 50 Hz): - ITU-R BT.470-6- ITU-R.BT472- ITU-R BT.601/65, audio embedding SMPTE 272M- SMPTE 292M-1998, audio embedding SMPTE 299M- SMPTE 424M- AES-3-1992- AES-11-1997

All equipment powered by 230V AC must satisfy acts and regulations valid today in the republic of Slove -nia to do with electrical powering (230V, 50 Hz) and safety against electrical shock in accordance with SIST EN 50160, SIST EN 60950.

Offered equipment must conform to EMC standards: - SIST EN 50081-1:1995- SIST EN 50082-2:1997- SIST EN 55022-2000 - SIST EN 55024:2000

7

3.3 SPECIFICATION

Item Description Pieces Model example or similarOffered model/To be filled in by the bidder

1 Kombi van 1 VW Multivan

2 All Wheel Air Suspensionwith Auto Level and Off-road

VB-FullAir-4CVB-Axle Load Control and VB-Auto LevelVB-Off-road kit

3 Folding awning, mounted above right sliding door 1 Thule

Omnistor 5102

4 Wired dividing wall with fixed shelf 1

5 Folding shelf 16 Moving shelves 2

7 Side wired panels for windows protection 3

8 Wired protection case for the folded tent 1

9 Case with office divider kit and fixing 2 Peli Case 1440 with office

divider kit10 Mast mounting 111 Roof case 1 Peli Storm Case iM245012 Antenna bracket 2

13 Li-Ion batteries 12,8 - 13,25V/≥700Ah

Mastervolt MLI Ultra 12/5000

14 Charger and Inverter 1 Mastervolt Mass Combi12/2500/100

15 DC/AC inverter 1 Mastervolt (Sine Wave) Mass Sine

16 Charger 1 Mastervolt ChargeMaster 12/100-3

17System for simultaneous charging of the van and li-ion batteries

1Mastervolt Alpha Pro B 12V

18 Battery and system monitoring

Mastervolt MasterView Easy with Masterlink MICC

19One-phase public mains connection 230V/16A with electric-shock protection

20 230V distribution on schuco mains power sockets 10

21 12V DC power distribution on XLR4 sockets 14

22 Parapet with sockets 1

23 Technol. Sockets installation 14xBNC,16xXLR3,5xXLRETH 35

24 LED work lights 2 Whelen (Woodway) M9LZC

25 External LED flood lights for camera shooting lighting 2 Pioneer Plus Flood PFP1

26 External LED spot lights for camera shooting lighting 2 Pioneer Plus Spot PSP1

27 External warning LED lights 5 Woodway (Whelen) L31H*F (red and amber)

28Ka-BAND antenna system with main and additional backup TRIA

1 Ka2GO

29 Ka-BAND antenna installation

8

Item Description Pieces Model example or similarOffered model/To be filled in by the bidder

30 Operating instructions for items 1,13-28

31 Electric installation schematic32 Service manual for van33 Homologation certificate34 Reference van data with

contact info

All the items have to be included in the tender bid. The bidder has to fulfil the above table in the fifth column and name the producer name and product model for each item. For coach building items the coach builder company which will modify the van has to be named.

The completed and signed table must be included in the bid.

3.4 THE VEHICLE'S TECHNICAL REQUIREMENTS

3.4.1 Homologation

The bidder is obliged to provide the Slovenian certificate of homologation for the van with all modi-fications included. The condition for getting the homologation is fulfilling the requirements of the Slovenian legislation for such vehicles. We suggest to the bidders to contact the provider of the homologation certificate in Slovenia (f.e. http://www.rti.si) when the coachwork project documenta-tion is prepared to get the confirmation that the coachwork will be according to the Slovenian law requirements.

The bidder has to provide documents, which confirmed the harmony with the European standards for Ecology (noise, exhaust gas composition, coachbuilding material…) Driving (pressure on the axe, overall weight, dimension, braking system, pneumatic parameters) Security (during the driving, when making a halt, during the TV production), Fire precautions.

The offered vehicle has to be sold with the European registration certificate, valid in EU.The offered vehicle has to operate in outside temperature range from -30° to +40° C.

The weight calculation for the modified vehicle with all the installed equipment, mentioned in this tender documentation, with mast and antenna, with four passengers must be attached to the bid.

3.4.2 The Vehicle requirements

Driving licence B-category

Allowed maximum gross vehicle weight 3.500 kg

Dimensions External: maximum length ≤ 5000mm, maximum height without upgrades ≤ 2000mm, maximum width without folded mirrors ≤ 2000mm, maximum width over all (with mirrors) ≤ 300mm, Rear tailgate min. size: width ≥ 1400mm, height 1250mm, Side sliding door min. size: width ≥ 1000mm, height 1250mm

Dimensions Internal: length of passenger compartment ≥ 2250mm, height of passenger compart-ment ≥ 1300mm, width of passenger compartment ≥ 1600mm, Width between wheel arches ≥ 1200mm

Vehicle colour – white or metallic silver, no extra signs or graphics

Engine type - Diesel, transverse, water-cooled, turbo with intercooler

Torque - min. 420 Nm/1.500-2.000 rpm

Engine Output ≥ 140 kW

9

dual clutch gearbox, automatic or direct shift gear transmission (DSG)

Permanent (full-time) or part-time four-wheel 4WD (all-wheel AWD) drive

Electronic Differential Lock

Underbody protection plus for engine, transmission, fuel tank, sill, and main exhaust muffler

Allowed cross storm-flooded roads or standing water up to a depth of minimal 30 cm

Anti-lock Braking System (ABS)

Electronic Stabilisation Programme (ESP)

Electronic Brake Pressure Distribution (EBD)

Alternator ≥ 175A /14,4V

Traction Control System

Tyre pressure monitoring

LED lights and LED daytime running lights

Headlight washer system with washer fluid level indicator and heated front washer jets

Front fog lights with cornering function

Electrically heated, adjustable and folding door mirrors

Multi-function steering wheel

Reach and rake adjustable steering column

The height adjustable driver seat with armrests and lumbar support

The adjustable, ergonomic, swivelling single seat for front passenger, equipped with armrests and lumbar support.

Two swivelling single seats in the second row with armrests and height-adjustable head restraints

Driver and front passenger airbags, plus side and head airbags in the B pillar.

Glove compartment

Vanity mirror with sliding cover and storage pocket on driver and front passenger sun visors

Sunblinds for side windows in passenger compartment

Four reading lights are incorporated into the headlining, which provide the passengers with suffi-cient light to read without dazzling the driver. The additionally integrated reading lights must easily be adjusted for reading a book.

Entrance Step illumination

Storage compartments in driver and co-driver doors

Additional three 12v sockets

Internal driver mirror with shading function

Trip computer with multi-function display

10

Multifunction display's screen shows up-to-date journey information, including exterior temperature, range, average speed and average fuel consumption.

Tempomat

Electric front windows

Automatic air conditioning system with 3-zone temperature control for the driver, front passenger and passenger compartment, equipped also with air-dust filters.

Parking heater, water and air flow – programmable, with radio remote control, with second battery.

Privacy glass windows: the dark-tinted side and rear window panes offer a high degree of privacy in the interior and providing excellent protection against the sun's rays, with additional insulating glass package for improving external noise insulation

Laminated windscreen for improved sun and noise suppression

On driver and passenger side, electrically operated sliding doors in the passenger compartment, with sliding windows on left and right sliding doors

Tailgate, power latching with tailgate spoiler

Anti-theft alarm system and immobiliser – Thatcham Category 1 or similar alarm system with tow-away protection

Remote central locking with interior locking switch with one fixed and three remote folding keys

Radio navigation system with FM RDS, DAB+, AUX-in, USB-MP3 and CD player with loudspeakers, colour touch screen, Satellite navigation

Satellite navigation with up-to-date detailed maps for Europe

"Rear Assist" reversing rear -mounted camera for parking with front and rear parking sensors

CO2 Fire Extinguisher, 3 pieces (1st in front next to driver, 2nd in the passenger compartment, 3th in the car boot)

Air Suspension System

The van must have full air-suspension for the front and rear axle, what means integrated 4-corner air suspension system, which enable painless off-road drive. Automatic electronic ride height con-trol adjustment must maintain the constant optimum balanced ride height while driving, not influ-enced by the different weight distribution on each wheel also at maximum allowed total weight, which is 3500kg. Variable height level adjustments must be possible and the difference between the low highway level and high of- road level must be at least 60mm. The air-suspension adjust-ment must provide the height of the van at least 200mm above the ground while off-road driving at 25km/h with adequate stability. The difference between the lowest and the highest position of the balanced van level must be at least 100mm.

The Air suspension system must provide the automatic horizontal levelling of the van ‘’Auto level’’, when it is parked aslant and the incline of the ground below the van does not exceed 125mm.

The installed air suspension system must be accepted and certificated by the van manufacturer or his authorized representative and by the coach builder. The air suspension must be included in the original warranty for the van from the van manufacturer and the Bidder.

The sample air suspension system:http://www.vbairsuspension.com/upload/files/00001946.pdf

3.4.3 Installation of the wired walls and shelves into the van cabin

11

The metal wired dividing wall must be mounted in the back side of the cabin, between and above the rear wheels, the opening in the wired net of the dimensions from 50mm to 80mm. The metal wall will protect the cabin from the sliding of the equipment from the back of the van into the cabin and it will bear the additional mounted shelves and equipment. The wired wall is transparent for better rear view and it will be used for quick and easy cable wiring, leading from the antenna through the roof opening to the equipment in the cabin.

Picture 1 Picture 2

The wired net must be also beside the left and right side of the van (flank walls) from the side door to the tailgate and on the window on the tailgate. The net will protect the glass on windows against the damage and the equipment against the theft. It will be used also for the mounting of the small equipment, cables etc.

In front of the wired dividing wall in the cabin on the height of 450mm from the floor must be mounted the fixed shelf, 370mm deep (picture 2)

Below this fixed shelf closely to the left and right wheel is the space for the Li-ion batteries, which must be held firmly to prevent the sliding into the cabin. In the middle between the batteries is located the metal wired case stretching from the tailgate, prepared for the transport of the tent. The tent case dimensions are 1650mm x350mm x 350mm (picture 3, green box). The existing tent can be seen on the tendering authority location. The space which remains between the batteries and the tent case will be used for the transport of the tripods for camera and lights, therefor the batteries must be positioned very close to the wheels.

Picture 3 Picture 4

The space on the shelf will be used for the operational panels for the machine operation, when the van will stay on the shooting location and for the transport of the additional equipment in the cases Pelicase 1440. Cases must be fixed during the transport, the system of the tighten of the cases must prevent the sliding of the cases into the cabin. (Picture 4)

The equipment will be placed in 2 Peli cases 1440:

http://www.pelishop.com/peli-1440-top-loader-case.htmlhttp://www.pelishop.com/1440-406-200.html

12

Picture 5 Picture 6

Both cases must be safely held on the shelf on the way that:- it can be quickly released and taken out- it can be opened and the cover can be fasten safely, so that the opened case can be used

while driving.

The permanent shelf will be used as the operating desk while the van is staying on shooting location. It must be nicely treated, covered with nice robust non slip material and nicely bordered.

Above the permanent shelf on the left side of the wired dividing wall (looking from the seats position), in the cabin, on the height of cca 800 mm from the floor, the lifting shelf 550x300mm must be hanged. The shelf will be used while the van will be staying on the shooting location. It will be raised up, near to wired wall during transport and must be fixed on vertical position for transport to prevent the falling down to horizontal position.

On the right side of the wall (looking from the seats position) the mounting adapter must be made for the VESA standard 24'' monitor.

Additional 6 electronic devices, dimensions of half 19'' rack unit, will be mounted on the left and right flank wired wall. The Bidder must propose and made the way of fixing these devices to the wall in agreement with the tendering authority.

For the connection of the technology items the next connections must be provided:- the termination panel in the rear storage part with connectors HD video 4xBNC, 4x audio Neutrik

XLR3 male, 4x audio Neutrik XLR3 female, 2xNeutrik Ethercon RJ45- the wiring of HD video analogue audio between the termination in rear storage part and parapet

channel in cabin- parapet cable drain with built-in connectors must be fixed vertically in the middle of the wired di-

vided wall. The connectors must be installed from the bottom side as follows: 2X3 DC12V XLR4 in paralel , 4x audio Neutrik XLR3 male and 4x audio Neutrik XLR3 female in paralel, 2x5 video BNC in paralel, 5x Neutrik Ethercon RJ45, 4X DC12V XLR4.

- The wiring among the connectors on the rear storage part termination panel and connectors in parapet drain must be made. The third and fourth Neutrik Ethercon RJ 45 connector on the para-pet must be wired to the ethernet kabel from the Ka-BAND antenna on the roof. Other connectors in the parapet will be used for the additional in cabin devices connections made by tendering au-thority.

13

The view to the wiring dividing wall with the technical equipment is seen below:

PARAPET CABLE DRAIN

The view to the wiring divided wall from the seat in the second row, turned back

In the rear storage part of the cabin directly below the ceiling the bracket with housing for the folded monitor must be made. During the transport, the monitor will be pushed up below the ceiling , during the van staying in the operation time the monitor will be pulled down and it must be usable in two ways:

- The monitor is hanging on the ceiling mount and the picture on the monitor is seen from the back tailgate.

- The monitor is taken off the bracket and is used anywhere on the field standing on the stand. Monitor will be given to the coach builder by the Contracting Authority.

In the rear storage part of the van there must be two shelves, which can be vertically adjusted, easily moved or removed (picture 6) for getting the most convenient space for the transported equipment. The shelves must be made from metal wired net for better transparency and easier fixing of the transported equipment.

Both shelves are intended for the lighter equipment, for camera, camera accessories, battery chargers, microphones, earphones, lights....

3.4.4 Other addition on the van bodywork

On the roof of the van the next items must be installed: (see the picture 7 below) Ka-BAND antenna, described in the chapter ''Motorized vehicular Ka-BAND antenna

system'' must be mounted directly on the front side of the strengthened roof to achieve the convenient load capacity and stability

14

Telescopic roof mast for mounting the lights and antennas, described in the chapter ''Mast for lights and antennas'' must be mounted directly on the back side of the strengthened roof to achieve the convenient load capacity and stability. On the picture 7 above, the van roof with the mast base only on the rear side of the roof is seen, because of the space ar -rangement on the picture the complete extended mast is shown beside the van, although it is really on the roof. The folded mast on the roof is seen on the picture 7 below.

Plastic watertight transport case (blue box on the picture 7) mounted between the Ka-BAND antenna and the mast lying on the roof.

Picture 7

The watertight cuttings for the cables leading through the roof and tailgate must be made.

The cutting on the left side of the roof above the wired wall must be watertight and resistant against all bad weather conditions. Above the roof cutting the watertight plastic case must be mounted. On the bottom side of the case the cutting for the cables going from the case to the cabin must be made. Antennas with cables except the Ka-BAND antenna will be stored mostly in the roof case. Sometimes, when needed, the antennas will be mounted on the mast. The watertight cutting must be prepared in the roof case for install-ation the cable from the roof case to the mast on the way that after the cable installation the case cover can be closed. Through the same or similar watertight cuttings the cables with antennas mounted on the case cover can be picked up and stored inside the case. When the new cable is going to be installed through the prepared and closed and sealed cutting, the opening must be easily accessed, opened by hand from inside the van. The opening must be made on the way that the cables going through cannot be damaged.

Additional cutting have to be done on the bottom left side of the tailgate. It has to be made on the way that: The closing and opening of the tailgate will not be obstructed, when the cables will be

guided through the cutting. A guide for the protection of the cables when closing or opening the tailgate must be in-

stalled The opening must be covered with doors which can be tightly closed for protection against

the bad weather conditions and other unauthorized access.

15

The roof transport case must be lockable with the key. The cover of the roof case must have integrated the mechanism for keeping the cover opened itself during the stowage.

3.4.5 Folding awning on the right side of the van

On the right side of the van above the right sliding door must be mounted the folding awning, 2300-2700mm long and 1500mm to 2000mm wide. The opened awning must not hinder the opening and clos -ing of the sliding and co-driver doors. The awning must be white or silver and must protect both doors against the bad weather conditions.

The awning sample is on the linkhttp://www.thule.com/en/at/products/rv-accessories/awnings-and-accesories/for-small-vehicles-and-vans/thule-omnistor-5102-light-grey-_-dupl_5102

3.4.6 Electrical power installation for powering the TV/RADIO technology in the van

The electrical power supply system must satisfy acts and regulations valid today in the republic of Slove-nia to do with electrical powering and must be in harmony with European Union standards. It must be de-signed to satisfy the needs for sufficient, safe, monitor able and efficient power supply for use in different working conditions in the field. The powering of the technology equipment must be possible in 3 ways:

From the van power supply system based on Li-ion batteries, charging must be arranged in two easy: by the van engine-driven upgraded alternator and from shore power connection to the public single phase network 230V,50Hz

With shore power single phase 230V,50Hz connection to the public electrical power network With connection to additional mobile 230V generator, supplied by the Contracting Authority

Technology powering from the additional Li-ion batteries must be automatically switched to the public electricity network, when the connection to it is established, without any disturbance in the TV/radio devices operation.

The offer must include the van grounding.

The complete power system must be based on a vehicle power battery system with a 12 V vehicle altern -ator and up-graded with associated electricity system. The core of the additional energy system consists of two or more parallel 12V Lithium Ion batteries with a total capacity of the minimum 700Ah or 9 kWh, combined with a minimum 2000W Sine Wave Inverter to ensure enough AC and DC power for the on board equipment.

AC devices connected only to inverter must be galvanic isolated from grid.

To keep the charging time to a minimum and provide enough power, the batteries must be charged via 3-step Battery Charger and the vehicle alternator with a charge regulator. The system of Li-ion batteries must be equipped with a Battery Management System (BMS), which auto-matically compensates for any imbalance between the cells and prevents under- and over-voltage.

For obligatory safety a cut-off relay controlled by battery management with additional manual control must be installed between battery and DC distribution Box.

Additional fuse must be installed as close as possible to batteries. DC devices, such as a battery charger, inverter, alternator and consumers must be connected to a system with intelligent connection system, providing DC devices control, ANL fuse monitoring with alarms, in case of a failure alarm is send to the system.

The bid has to include the detailed schematic of all the offered electrical devices with connections among them.

The power energy installation must be according to the EU safety regulation, valid in the vehicle industry.

16

SHORE POWER CONNECTION TO THE PUBLIC ELECTRICAL POWER NETWORK

The van must be equipped with the single phase connector for the connection to the public electrical power network 230V/16A with adequate protection according to safety regulation.

Main power connection is required for - charging of the Li-ion batteries, described below - powering of the AC current-using equipment - 230V power distribution for AC current-using equipment in the rear storage part of the cabin. 2

groups of 6 schuko electrical power sockets are needed, one group on the right and one on the left side in the rear storage part of the cabin. The sockets will be used mostly for the charging of the different type of batteries for the van mobile camera, audio and lighting equipment.

- 230V power distribution for AC current-using equipment in the cabin. 2 groups of 2 schuko sock-ets are needed, one group on the left side and second on the right side of the lower shelf, moun-ted between the van wall and the wired wall above the lower shelf.

ADDITIONAL BATTERIES

Technology Lithium-iron-phosphate or LiFePO4 or LFP Nom. battery voltage 12,8 V to 13,25 VBatteries capacity ≥ 700 AhNom. batteries power ≥ 9 kWh

Batteries monitoring system must be offered and must provide the detailed information on status of batter-ies including voltage, current, remaining time, used capacity in percentage.

Batteries must have integrated the system for Cell Balancing, Temperature control and Voltage control.

The batteries must be equipped with Battery Management System with active cell balancing, ensuring that the available energy is automatically divided between cells and guarantees efficient and safe functioning of the battery, prevents under- and over-voltage.

The batteries must be controlled by the capacity measurement instrument with alarm and automatic switch-off, when the adjusted lowest capacity level is reached.

The programmable alarms for low voltage, low state of the charge, high voltage is required.For safety purposes external cut-off relay must be integrated, the installation of a safety relay controlled by the battery or manually controlled is obligatory.

Batteries must be operative in temperature range of -20°C do +50°C.

Two identical batteries units, one on left and one on right side of the van beside the van wheels must be installed to achieve the better weight balancing.

Batteries should have a lifespan of over 2000 cycles at a depth of discharge (DOD) of 80%.

Max Weight of batteries ≤ 130 kg

BATTERY CHARGER

17

The battery charger must be in total accordance with the batteries described in previous item. It has to be automatically protected against overheating or potential cooling.

Nom. output voltage 12 VTotal charge current 100 ABattery capacity range 200-1000 AhNominal input voltage 230 V (190-265 V), 45-60 Hz Charge characteristic IUoUo, automatic / 3-step for Lithium Ion Temperature range (ambient temp.) -20 °C to 50 °C

SINE VAWE INVERTER

Inverter must be automatically switched off if the voltage on the input fall under 10V or exceed 15,5V.

Output voltage (± 5%) 230 V – 50 Hz (± 0.01 Hz) Output waveform true sine Nom. battery voltage 12 VCont. power at 25 °C, 2500 W - 10.5 APeak load ≥ 5000 WAC connection internal Efficiency ≥ 90 % or better

The output of the DC/AC inverter must be connected to 6 schuco sockets on the right side of the rear stor-age part of the cabin. The sockets must be significant labelled, so they will be on the first view very differ -ent from the sockets powered by outside public energy network.

CHARGE REGULATOR FOR ALTERNATOR

System for the charging of the two batteries system (standard vehicle battery and additional Li-ion batter-ies) must be included in the van power installation.

The charge regulator must maximizes the output of Bosch alternator by regulating the alternator in a way that the batteries receive the optimum charge.

The proven 3-step+ charge method is required and must guarantees fast and safe charging of the batter-ies.

Charge characteristic IUoUo, automatic / 3-step+ for Lithium Ion

Nom. output voltage 12 V Battery Charger and Inverter could be integrated into one Inverter/Charger System

READ OUT INSTRUMENT

Multifunctional LCD screen for system monitoring and operation must be included in the control unit of the powering system in the rear storage part of the cabin.

On one page of the LCD screen the system overview with all the needed information for a daily operation must be available:

battery voltage, battery current, battery cycles count, discharge status in %, remaining battery time, grid voltage.

DC DISTRIBUTION

18

For the 12V current–using equipment powering the three groups of DC sockets must be installed into the van. Each socket must be protected with its own switch and automatic fuse. Sockets are XLR4 female type.

The locations for the three groups of DC sockets are:- The parapet on the wired wall, 10 sockets, 6 on the utmost down side, 4 on the utmost upper

side of the parapet- Co-driver compartment 2 sockets- Rear Storage part of the cabine, 4 sockets

The equipment on the roof must be powered as demanded in the equipment installation instructions.

AC DISTRIBUTION

The output from the inverter must be distributed to 6 schuko sockets, each protected with FIT fuse.

Location of the sockets is right side of the rear storage part of the cabin. The inverted AC sockets must be visible labelled for the first view quick recognition of the difference among the inverted AC sockets and the public electric network sockets.

The equipment mounted on the roof must be powered as demanded by the equipment installation instruc-tion.

LIGHTING

Beside the lighting required in the van requirements the additional lighting in the cabin is required: On the ceiling or on each side in the rear storage part of the cabin must be installed at least two

LED lights for lighting of the upper part of the storage part of the cabin. The power on switch for the lights must be near the lights.

Additional two LED lights must be on the inner side of the tailgate, which will lighten the space un-der the opened tailgate.The required lamps must be as sample type on the link or similar:http://www.whelen.com/pb/Automotive/ProductSheets/Lightheads/M_Series_Lightheads.pdfhttp://www.whelen.com/auto/product.php?head_id=0&cat_id=74&prod_id=423

On the wired wall on left and right edge two LED lights on the giraffe stands must be mounted. They will be used for the lighting of the items mounted on the wired wall and for operating light on the fixed shelf under the wall.

3.4.7 Motorized vehicular Ka-BAND antenna system

The bidder has to offer the antenna system itself and integration of the antenna into the van, the mechan-ical mounting, electrical and IP installation of the antenna system.

The offered Ka-BAND antenna must be mounted on the front side of the roof as seen on the picture 7 from this tender documentation.

The Eutelsat Newsspotter service on Ka-BAND satellite and IP transition will be used for video and audio contribution from shooting crew on field with the van from this tender to the RTV master control in Ljubljana. The professional grade terminal is required for SNG contribution.

The antenna will be used almost every day, deployed and stowed more times per day, what means that the robustness and stability is the main issue. Easy operation with press to one button in a van cabin and very quick automatic deploy and pointing of the antenna are required.

19

The offered antenna must be approved by Eutelsat, the list is on the link: http://www.eutelsat.com/files/contributed/support/pdf/Eutelsat_Broadband_Services.pdf

The technical requirements and specification of the antenna system:- Vehicle Mounted Antenna type with diameter >85cm- Motorized Auto-deploy system with 2-axis positioner- Aerodynamic carbon casing (cowlink) for high speed travel, mountable on car- ONE button operation in a van cabin with auto-pointing and auto network acquisition- Integrated KA-SAT advanced modem - Integrated 4W Viasat TRIA- Integrated GPS, Compass and Inclinometer for Automatic Pointing- Integrated Antenna Control Unit & WLAN router- Pointing accuracy ≤ 0.2° for highest gain (Pointing error: ≤ 0.2°)- EUTELSAT NewsSpotter service compatible- Tx Frequency: 29.50 – 30.00 GHz

Tx Gain: ≥ 45 dBi (typical at 29.75 GHz)- Rx Frequency: 19.70 – 20.20 GHz

Rx Gain: 42 ≥ dBi (typical at 19.95 GHz)- EIRP > 50.5 dBW (4W BUC)- Travel Range: Az: +/- 185° / El: 5° to 90°- Temperature Range -30°C to +60°C- Humidity 0% to 100%- Rain Survival in Heavy Rainstorm- Operational Wind Speed ≤ 75 km/h- Survival Wind Speed ≤ 130 km/h, when deployed - Survival wind ≤ 180 km/h when stowed- Backup (additional) Pro TRIA 4W must be offered in the bid

3.4.8 Lift mast for lights and antenna on the van roof

The bidder has to mount the lift telescopic mast Fireco 4711 to the van roof, positioned as it is seen on the picture 7. The mast will be used for the occasionally mounting of the Prodys WCM HG2 module and per-manently mounting of the LED operating lighting. The mast with control accessories and cables will be delivered to the coach builder by tender authority.

The mast specification: FIRECO 4711 Roof Plus ProLight Mast Sections Ø90, 2475/1437 el. cables 11x1,5 + 8x0,5 + 4x0,14 Micro Switch, Tilt & Turn UNIT Nova 12V - 3 motors Multifunctional Remote Control, Air Compressor 12V on roof mast

The mast will be maximum 3m high above the van roof. On the top of the mast there is a horizontal head of the mast, horizontally and vertically rotatable, with carrying capacity of about 15 kg.

When out of use and during the van driving, the mast is laid down horizontally on the roof (see picture 7). The total height of the van with the laying mast must not exceed 2400mm.

The control of the mast with the watertight multifunctional remote control panel on the cable must be us-able at least 3m away from the tailgate. The distance must be defined so that the operater sees the com-plete mast. The mast must be able to be stacked and put down to the transport position manualy, when the automatic control fail.

The mast multifunctional remote control functionality is: The mast must be raised (with hydraulic, pneumatic or electrical drive) at first to the vertical posi -

tion and then lifted up The lifting of the mast while it is oriented vertically must be able to be stopped and used on any

height position between the lowest and the highest. The pan/tilt control of the devices mounted on the mast

20

The mast must be automatically put down and also the devices on the mast head must be auto-matically correctly positioned

The head on the top of the mast must be rotatable horizontally +- 170° left-right and vertically +-45°. Left and right axes for vertical rotation must be adjustable separately.

In the cabin on the driver visible position must be placed the warning marker, if the mast or antenna is not stacked in the transport position. The security switch must be mounted on the driver unexposed position, which will prevent the start of the mirror, if either the mast or antenna is not stacked. The start of the motor must be enabled with the simultaneous press on the ON status of the same security switch.

Automatic mast setting down to the transport position must be activated when the van brakes are released and the safety switch must be installed which prevent the engine ignition motor until the mast is not in transport position.

All the cables, needed for the mast operation and for all the electric devices on the mast head operation must be leaded inside the mast telescopic column. The cables are needed for

a) Drive and control of the pan tilt mast head (independently left/right axe)b) Independent powering for LED lights on the mast- 4 pieces LED 12VDC 7A- 1 piece strobe LED red warning rotating light on the top of the mast

On the mast head the bracket for mounting of the Prodys Ikusnet antenna, must be prepared. http://www.prodys.net/new_web/producto_ikusnet_en.html

The fixing cradles for the RF cable for Prodys antenna must be made.

The antenna and cable will be delivered to the bidder by the Contracting Authority.

3.4.9 Additional outdoor lights on the van and on the mast:

All outdoor lamps and all outdoor installations must be watertight, resistant to all kind of bad weather con-ditions and must meet the appropriate EU standards.

a.) On one side of the mast head, on the same axle, two flood LED lamps must be mounted one above the other. They will be used for the lighting of the vicinity of the van. Both lamps must be controlled (power on/off, rotation around horizontal axle+-45°) with the same control panel, which is used for the mast control.Both lamps must be LED 12V, not more than 7A, less than 80W, luminosity 8000 Lumens, color temperature 5600°K +-15%The required lamps must be as sample type on the link or similar: http://www.woodwayengineering.co.uk/scene-interior-lighting/pioneer-series.html or http://www.whelen.com/auto/product?head_id=12&cat_id=74&prod_id=442

b.) On the another side of the mast head, on the same axle, two spot LED lamps must be mounted one above the other. They will be used for more directional spot lighting, beam of the light 8°.Both lamps must be controlled (power on/off, rotation around horizontal axle+-45°) with the same control panel, which is used for the mast control.Both lamps must be LED 12V, not more than 7A, less than 80W, luminosity 8000 Lumens, colour temperature 5600°K +-15%The required lamps must be as sample type on the link or similar:

21

http://www.woodwayengineering.co.uk/scene-interior-lighting/pioneer-series.htmlor http://www.whelen.com/auto/product?head_id=12&cat_id=74&prod_id=442

c.) On all four angles of the van roof, four amber warning, rotatable, flashing lamps of high luminosity must be mounted. The height of the lamp 100mm -125mmDiameter of the lamp 175mm-200mmSuper-LED 360° 12V, 1,5A averagely, 3,8A peak features a built-in flasher with selectable flash patterns, Hi/Low intensity, built-in cruise lights and synchronization feature.The required lamps must be as sample type on the link or similar:http://www.woodwayengineering.co.uk/led-beacons/whelen-l360-flashing-led-beacon.htmlhttp://www.whelen.com/auto/product.php?head_id=1&cat_id=7&prod_id=303ali http://www.whelen.com/auto/product.php?head_id=1&cat_id=7&prod_id=305

d.) On the top of the mast the red warning lamp must be mounted. The requirements are the same as under previous item c), the difference is only in colour.

The warning lamps under item 3.4.9.c) and 3.4.9.d) must be controlled (power on/off, selection of the lighting pattern) from the driver position in cabin and also from the rear storage part of the van.

3.4.10 Mounting of the communications antennas

The DVB-T antenna must be mounted on the roof and the cable must be leaded to the van cabin with the possibility to be used on each of the two monitors alternatively.

The additional small communication antennas for f.e. IFB, GSM can be mounted on to the roof later.

The watertight opening through the roof with the cable tube between the roof and the transport roof case must be wide enough for the adding of the new cables later. The opening must be covered so that it can be simple opened and new cables inserted.

3.4.11 Visiting , factory acceptance, commissioning of the vehicle at integrator location

The offer must include two visiting of the vehicle at integrator’s location: First visiting in the 1-day time duration must be in 14 days from the time of receiving the document

proving the delivery of the vehicle and Ka-BAND antenna to the integrator location, at the time of the coach building in the accordance with the tender technical requirements. The inspection and confirmation of the installation and wiring schematics will be done and the possibility of the correc-tions is required.

The results of the inspection will be written and signed from both contracting parties.

Second visiting in the time duration of 1day must be after the installation and comprise the factory acceptance, testing of the installed electrical and electronic equipment and functionality. The DSNG van must transmit the TV signal from the camera, brought by the Contracting Authority, over the satellite to RTVSLO Ljubljana and receive the back signal.

All eventual incorrectness, ascertained at factory acceptance procedure, are to be eliminated by the Bidder within 14 days. After this deadline the procedure of the factory acceptance will be repeated if the experts of the Contract Authority find it necessary.

The offer must include the travelling (if the distance to the integrator location is more than 500km) and ac-commodation expenses for the two experts of the Contracting Authority on first and second visiting at the integrator location. The costs are to be borne by the Bidder. The results of the second visiting, the acceptance protocol will be written and signed from both contracting parties.

22

3.5 SUBJECT OF THE PUBLIC PROCUREMENT FOR KA-BAND DSNG VAN FOR THE RADIO PROGRAMMES PRODUCTION AND TRANSMISSION

The subject of the procurement is a shuttle compact van, with coach building modification regarding to the requirements of the tender authority. The van will be used for the news gathering for the radio programmes purposes, primarily using a Ka-BAND satellite communication and other data communication links as a fixed IP, ISDN and LTE/3G connection.

The van must enable fast operation. It must be powerful, agile and must be suitable for driving in bad road and weather conditions. The equipment must enable broadcasting of live events, audio content recording and editing, streaming and sending the content in the form of files to home studios. The van has to fulfil the following requirements in radio production:

Installed technical equipment: Ka-BAND satellite antenna system, mounted on the roof of the van, audio mixing console together with video, audio and communication equipment and the storage for additional video, audio and communication equipment.

Transport of the reporting team, consisting of at least three people. Provide a protection in bad weather conditions. The space below the folding awning, mounted

above the right sliding door, and below the upwards opened rear door (tailgate) should provide protection against rain.

The cabin of the van should provide a workplace for recording and editing. The van must provide its own electrical supply for technical equipment and safe connection to

external mains power. The van must provide at least 4 hour electrical power autonomy (the power consumption is

1000W).

The Bidder has to offer all the equipment which is the subject of this public tender.

The Bidder has to offer a vehicle with integrated equipment together with the delivery to the location of Radio Slovenia and the initial setup and testing of the equipment on the location of Radio Slovenia.

The Bidder must enclose a cabin layout.

Apart from the final price the Bidder has to specify the price of the vehicle, the prices of the equipment and the price of integration works.

The bid has to comply with all demands specified in technical requirements. The characteristics of the offered equipment have to be equal to or better than the required ones. If this would not be the case the offer will be rejected.

Upon delivery of the equipment and the vehicle, the Bidder must hand over two copies of user and service documentation in Slovene or English language in electronic or written form. It should contain wiring diagrams, technical documentation of the installed equipment and user and maintenance manuals for the equipment and the vehicle.

1

2

3

3.1

3.2

3.3

3.4

3.5

3.6 STANDARDS

All the equipment powered by 230V AC must meet standards dealing with mains supply valid in Slovenia and with standards for safety against electric shock in accordance with SIST EN 50160, SIST EN 60950.

The offered equipment must comply with ITU-T standards and recommendations and with EBU standards (AES3- 1992) for professional digital audio.

23

Offered equipment must conform to EMC standards: - SIST EN 50081-1:1995- SIST EN 50082-2:1997- SIST EN 55022-2000 - SIST EN 55024:2000

24

3.6.1 SPECIFICATION

Item Description Pieces Model example or similar Offered model/To be filled in by the Bidder

1 Kombi van 1 VW Multivan2 Service manual for van

3 Homologation certificate

4

All Wheel Air Suspensionwith Auto Level and Off-road

VB-FullAir-4CVB-Axle Load Control and VB-Auto LevelVB-Off-road kit

5Folding awning, mounted above right sliding door

1 ThuleOmnistor 5102

6 Walkable platform - roof rack 1

7Roof-mounted air conditioning system incl. installation

1 DOMETIC FreshJet 1100

8 Ka-BAND Antenna bracket 2

9 Audio mixing console, 12 sliders 1 STUDER OnAir 1500

10 Mixing console integration 1

11 Audio codec 1 PRODYS Quantum DUO

12 Active monitor speaker with mounting brackets 2 GENELEC 8330A

13 Wireless Microphone set 2 SENNHEISER Wireless

Microphone ew 335 G3

14 Wireless Personal Monitoring Set 1

SENNHEISER Wireless Personal Monitoring Set ew 300 IEM G3-A-EU

15 Wireless Microphone set roof mount antenna 1

16Wireless Personal Monitoring Set roof mount antenna

1

17 VHF 150Mhz roof mount antenna 1 TRIVAL ADS-21/2

18 3G/4G roof mount antenna 1 HG2 Prodys

19 Computer monitor 1

20 Li-Ion batteries 12,8 - 13,25V/≥350Ah

Mastervolt MLI Ultra 12/5000

21 Charger and Inverter 1 Mastervolt Mass Combi12/2500/100

22 DC/AC inverter 1 Mastervolt (Sine Wave) Mass Sine

23 Charger 1Mastervolt ChargeMaster 12/100-3

24

System for simultaneous charging of the van and li-ion batteries

1Mastervolt Alpha Pro B 12V

25 Battery system monitoring 1

Mastervolt MasterView Easy with Masterlink MICC

26 LED work light 2 Whelen (Woodway) 25

Item Description Pieces Model example or similar Offered model/To be filled in by the Bidder

M9LZC27 Cable reel, electric 2 SCHILL ALM 380.A-12V

28 External warning LED lights 4 Woodway (Whelen)

L31H*F (amber)

29Ka-BAND antenna system with user and maintenance manual

1 Ka2GO

30 Ka-BAND antenna installation

31 Furniture with integration

32Floor cover with antistatic surface and heating foil

1

33 Reference van data with contact info

All the items must be included in the bid. The Bidder has to fill in the fifth column (Model example or similar) of the table above with the manufacturer name and product model for each item. On items that do not have indications of the model (for example, furniture ...) the company which will install the equipment has to be named.

The completed and signed table must be included in the bid.

3.7 TECHNICAL REQUIREMENTS

The Bidder should provide a professional design of the van, regarding the quality, reliability and long life of the DSNG vehicle and should furnish full details of the same. The Bidder should ensure that the equipment assembly and integration are in accordance with European quality standards and realized by certified manufacturers.

3.7.1 Homologation

Dimensions, weight and other specifications of the vehicle must enable integration of the equipment into and on the vehicle in a way that the furnished vehicle will comply with laws and regulations valid in Slovenia and should not exceed the limitations set for driving license category B.

The Bidder is obliged to acquire the Slovenian homologation certificate for the vehicle with all modifications and additional equipment.

We advise the Bidder to contact the provider of the homologation certificate in Slovenia (http://www.rti.si) to confirm that the coachwork will be done accordingly to the Slovenian law requirements.

3.7.2 Van requirements

Driving licence category B

The offered vehicle has to be operational in the ambient temperature range from -30° to +40°C.

Allowed maximum gross vehicle weight 3.500 kg

Load capacity, rim and tire size must correspond to the weight of the installed equipment

Dimensions External: maximum length ≤ 5000mm, maximum height without upgrades ≤ 2000mm, maximum width without mirrors ≤ 2000mm, maximum width over all (with mirrors) ≤ 2300mm

26

Rear tailgate min. size: width ≥ 1400mm, height 1250mm, side sliding door min. size: width ≥ 1000mm, height 1250mm

Dimensions Internal: length of passenger compartment ≥ 2250mm, height of passenger compartment ≥ 1300mm, width of passenger compartment ≥ 1600mm, width between wheel arches ≥ 1200mm

Vehicle colour – white, no extra signs or graphics

Engine type - Diesel, transverse, water-cooled, turbo with intercooler

Max. torque - min. 420 Nm/1.500-2.000 rpm

Engine Output ≥ 140 kW

6-speed manual gearbox

Permanent (full-time) or part-time four-wheel 4WD (all-wheel AWD) drive

Electronic Differential Lock (EDL)

Underbody protection plus for engine, transmission, fuel tank, sill and main exhaust muffler

Allowed cross storm-flooded roads or standing water up to a depth of minimum 30 cm

Anti-lock Braking System (ABS)

Electronic Stabilisation Programme (ESP)

Electronic Brake Pressure Distribution (EBD)

Alternator ≥ 175A /14,4V

Traction Control System

Tyre pressure monitoring

LED headlights with LED daytime running lights

Windshield and Headlight washer system with washer fluid level indicator and heated washer jets

Front fog lights with cornering function

Electrically heated, adjustable and folding door mirrors

Multi-function steering wheel

Reach and rake adjustable steering column

The adjustable, ergonomic, swivelling single seat for driver, equipped with armrests and lumbar support

The adjustable, ergonomic, swivelling single seat for front passenger, equipped with armrests and lumbar support

Swivelling single seat in the second row with armrests and height-adjustable head restraints, movable along vehicle’s length, centrally located

Driver and front passenger airbags, plus side and head airbags in the B pillar

Glove compartment

Sunblinds for side windows in passenger compartment

27

Entrance Step illumination

Storage compartments in driver and passenger doors

Additional 12V sockets, three

Trip computer with multi-function display

Multifunction display's screen shows up-to-date journey information, including exterior temperature, range, average speed and average fuel consumption

Cruise control

Electric front windows

Automatic air conditioning system with 3-zone temperature control for the driver, front passenger and passenger compartment, equipped with air-dust filters

Parking heater – programmable, with radio remote control, with second battery

Privacy glass windows: the dark-tinted side and rear window panes for a high degree of privacy in the interior and providing excellent protection against the sun's rays, with additional insulating glass package for improving external noise insulation

Laminated windscreen for improved sun and noise suppression

Passenger side electrically operated sliding doors in the passenger compartment, with sliding windows

Tailgate, power latching with tailgate spoiler

Anti-theft alarm system and immobiliser – Thatcham Category 1 alarm system with tow-away protection

Remote central locking with interior locking switch with one fixed and three remote folding keys

Radio navigation system with FM RDS, DAB+, AUX-in, USB-MP3 and CD player, stereo speakers, with colour touch screen, Satellite navigation

Up-to-date detailed map of Europe for satellite navigation

"Rear Assist" reversing rear-mounted camera for parking with front and rear parking sensors

CO2 Fire Extinguisher, 3 pieces (1st in front next to driver, 2nd in the passenger compartment, 3th in the car boot)

The tear-resistant net partition, removable, for attaching behind the B pillar or in front of the D pillar

Air Suspension System- The van must have full air-suspension for the front and rear axle, what means

integrated 4-corner air suspension system, which enable painless off-road drive.- Automatic electronic ride height control adjustment must maintain the constant optimum balanced

ride height while driving, not influenced by the different weight distribution on each wheel also at maximum allowed total weight, which is 3500kg. Variable height level adjustments must be possible and the difference between the low highway level and high of- road level must be at least 60mm. The air-suspension adjustment must provide the height of the van at least 200mm above the ground while off-road driving at 25km/h with adequate stability. The difference between the lowest and the highest position of the balanced van level must be at least 100mm.

- The Air suspension system must provide the automatic horizontal levelling of the van ‘’Auto level’’, when it is parked aslant and the incline of the ground below the van does not exceed 125mm.

- The installed air suspension system must be accepted and certificated by the van manufacturer or his authorized representative and by the coach builder. The air suspension must be included in the original warranty for the van from the van manufacturer and the Bidder.

28

- Sample system: http://www.vbairsuspension.com/upload/files/00001946.pdf

3.7.3 The furniture and equipment accommodation elements

The furniture and equipment accommodation elements comprise of two 19’’ racks (1 and 2) and the furniture as follows (Picture 1):

Housing for video monitor installation, mounted on top of the two 19’’ racks (3) Stand for two 19’’ racks (4) Housing for the power system installation (5) Trunking for electric wiring (6) Work surface (desk) for mixing console installation (7) Work surface at left side window, right from the mixing console (8) Chest under the left side window work surface (9) Center cabinet with two folding shelfs (10) Shelf above the left window (11)

DISPLAY

200

500

BATT LI-ION

INVERTER- CHARGER

330

DISPLAY

500

MIZA

inverter

charger

1

6

2

7

8

10

DALET

fader

410

4104 10

11

1

95

36

Picture 1: The furniture and equipment accommodation elements

The equipment should be installed into 19’’ racks with front access for operation and control in a way that allows easy access.

All equipment in the vehicle must be properly secured against slipping during the transport; the installation must not affect the driveability of the vehicle. To attach equipment to the floor of the vehicle, it is recommended to use the existing fasteners on the vehicle floor.

Workspace is located in the central part of the cabin and is oriented towards the rear part of the vehicle.

The 19’’ racks should be efficiently mounted at the back side of the cabin above and behind the rear wheels axle, on top of the power system housing (see plan in the chapter 3.8 Annex 1: floor plan - equipment accommodation design). There should be 10 RU space provided for the equipment in each 19’’ rack, at least 5 RU above the desk level.

THE FURNITURE

There must be two housings for two video monitors (at least size 22’’) installation, mounted on top of the two 19’’ racks. The housings should be equipped with a pull-out shelf. The housings should enable monitors to be folded when not in use and safely stowed during transport.

The housing for the power system installation, a stand for two 19’’ racks and mounting surface for cable reels should be mounted at the back side of the cabin, above and behind the rear wheels axle (see plan in the chapter 3.8 Annex 1: floor plan - equipment accommodation design).

On the right side of the workspace, under the window, above the work desk, a metal aluminium trunking for the wiring and the electrical sockets must be mounted. The trunking must be connected (for wiring) to the 19’’ racks and the shelf above the window. The trunking must be grounded.

A desk for the audio mixing console (minimum 12 faders) should be available in front of the 19’’ racks (see plan in the chapter 3.8 Annex 1: floor plan - equipment accommodation design). The top surface of the desk should be at least 690mm above floor level. There should be a space for a computer keyboard and a trackball mouse available on the desk.

29

Additional work surface / desk should be available on the right side of the workspace, under the window, together with a chest under it. It must be possible to lift the work surface to access the chest. Dimensions of the chest are 600mm x 330mm (W x D).

A central cabinet, mounted on the floor between and behind the front seats, with two foldable shelfs, dimensions minimum 600mm x 320mm x 690mm (W x D x H) each, should be available for the persons sitting on the driver and front passenger seats, turned 180°. A cabinet is also used as a fixing surface for panel with connectors for two sets of headphones and two microphones.

On the right side of workspace, above the window, there should be a shelf of depth of 200mm mounted, designed to hold lighting, cables and equipment.

The dimensions and accommodation of the furniture should comply with the ergonomic and safety standards.

The furniture and equipment accommodation elements should be protected against corrosion and designed for humid environment.

The floor plan is given in the chapter 3.8 Annex 1: floor plan - equipment accommodation design.

3.7.4 Other modifications on the van bodywork

On the roof of the vehicle a walkable platform - roof rack must be mounted. The platform will hold the equipment and will serve as a sun protection and as protection against the noise from a heavy rain.

On the roof of the van the following items must be installed (see the Picture 2): Ka-BAND antenna (1), described in the chapter 3.7.10 Motorized vehicular Ka-BAND

antenna system Holders for additional antennas (2) – Antennas for Wireless microphones, antenna for

Wireless Personal Monitoring System, antenna for VHF 150Mhz, 3G/4G antenna and FM antenna for additional radio receiver

Roof-mounted air conditioning system (3)

KLIMA

13

2

2

Picture 2: The equipment mounted on the roof of the vehicle

Openings for the cables leading through the roof and tailgate must be made.

The opening in the roof (for later cable installation) must be watertight, easily accessed and possible to open by hand from the inside of the van. The opening must be made in the way that the cables going through cannot be damaged.

Additional opening has to be made on the bottom left side of the tailgate, away from the exhaust pipe. It has to be made in the way that:

The closing and opening of the tailgate will not be obstructed, when the cables will be guided through the opening.

A guide for protection of the cables when closing or opening the tailgate must be installed. The opening must be covered with doors that can be tightly closed for protection against

the bad weather conditions and unauthorised access.

30

The additional antennas mounted on the roof should be permanently fixed if possible. The connectors for the antennas, that should be removed when not in use, must be well protected against moisture and dirt.

3.7.5 Folding awning on the right side of the van

On the right side of the van above the right sliding door a folding awning must be mounted, 2300-2700mm long and 1500mm to 2000mm wide. The extracted awning must not obstruct opening and closing of the sliding and passenger doors. The awning must be white or silver and must protect both door openings against the bad weather conditions.

The awning sample is available on the following link:http://www.thule.com/en/at/products/rv-accessories/awnings-and-accesories/for-small-vehicles-and-vans/thule-omnistor-5102-light-grey-_-dupl_5102

3.7.6 Roof-mounted air conditioning system

The roof-mounted air conditioning system should provide sufficient heating and cooling capabilities for the passenger cabin when the vehicle is parked and the engine is switched off. Suitable acoustic and thermal conditions for the work environment with temperature range from 18°C to 25°C should be provided. The electrical connection, protected with a fuse, must be available from the mains, single phase, 230V 50Hz only.

3.7.7 Floor cover with antistatic surface and heating foil

The floor cover must be fixed to the floor of the vehicle in a way that movement of the seat and the personnel will not be obstructed. Heating foil must be powered only when connected to external AC power, single phase, 230V 50Hz. The connection must be protected with a fuse.

3.7.8 Electrical power installation for powering the technology equipment in the van

The electrical power supply system must satisfy acts and regulations valid in Slovenia and must be in harmony with European Union standards. It must be designed to satisfy the needs for sufficient, safe, monitorable and efficient power supply for use in different working conditions in the field. The powering of the technology equipment must be possible in two ways:

From the power supply system based on Li-ion batteries, charging by the van engine-driven upgraded 12V alternator and from shore power single phase 230V,50Hz connection.

With shore power single phase 230V,50Hz connection.

The power supply system should automatically switch from Li-ion batteries to external AC power when available, without causing any disturbances in the operation.The power supply system must include the ground rod.

Power ON/OFF of the equipment must be carried out with the use of a single switch. The switch must be protected against unintentional operation and must be installed in the cabin (not in the storage part of the van).

Battery system will be used for powering DC 12V and AC 230V current-using equipment. The system must consist of one or more parallel 12V Lithium Ion batteries with a total capacity of minimum 350Ah or 4 kWh.To ensure enough AC power for the on board equipment, a minimum 2000W Sine Wave Inverter must be installed.

AC devices connected only to inverter must be galvanically isolated from the mains.

To keep the charging time to a minimum and provide enough power, the batteries must be charged by 3-step Battery Charger and the vehicle alternator with a charge regulator.

31

The system of Li-ion batteries must be equipped with a Battery Management System (BMS), which automatically detects and compensates any imbalance between the cells and prevents under- and over-voltage.

For safety purposes installation of a safety cut-off relay between battery and DC distribution Box, controlled by the BMS, with additional manual control, is obligatory.

Additional fuse must be installed as close as possible to batteries.

DC devices, such as battery charger, inverter, alternator and current-using equipment must be connected to the power supply system through intelligent connection system, providing DC devices control, ANL fuse monitoring with alarms; in case of a failure alarm must be sent to the system.

SHORE POWER CONNECTION

The van must be equipped with a single phase 230V/16A connector for the connection to the external AC power source with adequate protection according to safety regulation.

A cable 230V/16A, 100m long, on a motor driven reel should be provided for connection to the external AC power source.

The external AC power source is required for:- charging of the Li-ion batteries, described below- powering of the installed AC and DC current-using equipment with the power system- 230V power distribution for AC current-using equipment by groups of schuko electrical power

sockets- 230V power distribution for Air conditioning system- 230V power distribution for floor heating foil

ADDITIONAL BATTERIES

Technology Lithium-iron-phosphate or LiFePO4 or LFP Nom. battery voltage 12.8 V to 13.25 VBatteries capacity ≥ 350 AhNom. batteries power ≥ 4 kWh

Batteries in combination with a system for cell balancing, temperature control and voltage control must be offered.

Batteries must be operative in temperature range of -20°C do +50°C.

The batteries must be placed beside the van wheels in a way to achieve good weight balancing.

Batteries should have a lifespan of over 2000 cycles at a depth of discharge (DOD) of 80%.Max Weight of batteries ≤ 65 kg.

BATTERY CHARGER

The battery charger must be in total accordance with the batteries described in the previous item and must provide temperature compensated charging.Nom. output voltage 12 VTotal charge current 100 ABattery capacity range 200-1000 AhNominal input voltage 230 V (190-265 V), 45-60 Hz Charge characteristic IUoUo, automatic / 3-step for Lithium Ion Temperature range (ambient temp.) -20 °C to 50 °C

32

SINE VAWE INVERTER

Inverter must be automatically switched off if the voltage on the input fall under 10V or exceeds 15,5V.Output voltage (± 5%) 230 V – 50 Hz (± 0.01 Hz) Output waveform true sine Nom. battery voltage 12 VCont. power at 25 °C 2500 W - 10.5 APeak load ≥ 5000 WAC connection internal Efficiency ≥ 90 % or better

REGULATION OF CHARGING WITH ALTERNATOR

System for the simultaneous charging of the two battery systems (standard vehicle battery and additional Li-ion batteries) with the alternator must be included in the van power installation.

The charge regulator must maximize the output of vehicle’s alternator by regulating the alternator in a way that the batteries receive the optimum charge.

The proven 3-step+ charge method is required and must provide fast and safe charging of the batteries.

Charge characteristic IUoUo, automatic / 3-step+ for Lithium IonNom. output voltage 12 V Battery Charger and Inverter can be integrated into one Inverter/Charger System

POWER SUPPLY SYSTEM MONITORING

Multifunctional LCD screen for system monitoring and operation must be part of the control unit of the powering system. It must be installed at the mixing console desk, with easy access for use.On the LCD screen the following readings must be available:

battery voltage, battery current, battery cycle count, discharge status in %, remaining battery time, mains voltage.

DC DISTRIBUTION

For the 12V current-using equipment three groups of DC sockets must be installed into the van. Each socket must be protected with its own switch and automatic fuse. Sockets are XLR4 female type (Picture 3).

Picture 3: XLR4 female type.

The locations for the three groups of DC sockets are:- The trunking on the left side, under the window: 2 sockets- Passenger compartment: 2 sockets- Rear storage part of the cabin, close to the cable opening: 4 sockets

33

AC DISTRIBUTION

a) The output from the inverter must be distributed to 3 groups of schuko sockets, each group protected with a fuse:First group consists of 4 sockets mounted in pairs in the trunking under left window (see Picture 4).Second group consists of 2 sockets, mounted in the center cabinet with folding shelf (see Picture 4).

DALET

410

Picture 4: Locations of socket groups in the workspace (marked red)

The third group consists of 6 sockets, mounted in the rear storage part of the cabin, on the back side of 19’’ racks.

The sockets connected to the inverter must be clearly marked to distinguish the sockets from the sockets powered from the mains.

b) External power connection 230V/16A must be connected to group of 6 sockets, mounted in the rear storage part of the cabin, on the back side of 19’’ racks. Each socket must be protected with a fuse. The sockets will be used for 230V power distribution for AC current-using equipment.

Preferably the 230V wiring should be laid separately from the audio/video cables.

11.11.21.31.41.4.11.4.21.4.31.4.41.4.51.4.61.4.71.4.8

3.7.9 The lighting

Besides the lighting specified in the chapter 1.4.2 Van requirements the additional lighting in the cabin is required:

At least two LED lights for illumination of the storage part of the cabin must be installed on the ceiling or on each side in the rear storage part of the cabin. The lights should illuminate the 19’’ racks and the reels. The power on switch for the lights must be placed close to each light.

The rear and the right side of the vehicle should be illuminated by exterior LED lights. Additional two LED lights must be installed on the inner side of the tailgate to illuminate the space

under the opened tailgate.The required lamps must be as sample type on the link or similar:http://www.whelen.com/pb/Automotive/ProductSheets/Lightheads/M_Series_Lightheads.pdfhttp://www.whelen.com/auto/product.php?head_id=0&cat_id=74&prod_id=423

34

The workspace in the vehicle should be properly illuminated for work. All lighting should be efficient LED type. There should be a central power on switch for all the working area lights, besides that each light must have an individual switch.

On the 19’’ racks on the left and right edge two LED lights on a giraffe stands must be mounted in a way that it will be possible to direct them to illuminate the mixing console desk.

LED lights must be installed into the shelf above the left window to illuminate the surface under the shelf.The centre cabinet with folding shelf surface must be illuminated.

3.7.10 Motorized vehicular Ka-BAND antenna system

The Bidder has to offer the antenna system together with integration into the vehicle.

The offered Ka-BAND antenna system must be mounted on the roof of the vehicle.

The system should indicate “Antenna-not-in-stow” situation to prevent moving the vehicle with the antenna deployed.

A professional grade terminal for SNG contribution is required.

Robustness and stability of the antenna system is essential since the antenna will be used almost every day, deployed and stowed several times per day.

Antenna deployment and pointing should be implemented by pushing a single button on a user interface inside the van. The antenna should be automatically unfolded and pointed in direction of the required satellite.

The offered antenna must be compatible to Eutelsat Newsspotter service on Ka-BAND and approved by Eutelsat. The Eutelsat Broadband Services VSATs RF PERFORMANCE list is available on the link:http://www.eutelsat.com/files/contributed/support/pdf/Eutelsat_Broadband_Services.pdf

The technical requirements and specifications for the antenna system:- Vehicle Mounted Antenna type with diameter >85cm- Motorized Auto-deploy system with 2-axis positioner- Aerodynamic carbon casing (cowling) for high speed travel, mountable on a vehicle- ONE button operation in the van cabin with auto-pointing and auto network acquisition (no additional

computer required)- Integrated KA-SAT advanced modem - Integrated 4W Viasat TRIA- Integrated GPS, Compass and Inclinometer for Automatic Pointing- Integrated Antenna Control Unit & WLAN router- Pointing accuracy ≤ 0.2° (Pointing error: ≤ 0.2°)- EUTELSAT NewsSpotter service compatible- Tx Frequency: 29.50 – 30.00 GHz

Tx Gain: ≥ 45 dBi (typical at 29.75 GHz)- Rx Frequency: 19.70 – 20.20 GHz

Rx Gain: 42 ≥ dBi (typical at 19.95 GHz)- EIRP > 50.5 dBW (4W BUC)- Travel Range: Az: +/- 185° / El: 5° to 90°- Temperature Range -30°C to +60°C- Humidity 0% to 100%- Rain Survival in Heavy Rainstorm- Operational Wind Speed ≤ 75 km/h- Survival Wind Speed ≤ 130 km/h, when deployed - Survival wind ≤ 180 km/h when stowed- Backup (additional) Pro TRIA 4W must be offered in the bid

35

3.7.11 Audio and video equipment

3.7.11.1 Digital audio mixing console

A digital audio mixing console as STUDER OnAir 1500 or similar is required.

The processing unit of the console must be installed in the 19’’ rack on the right side of the workspace. The back panel with the connectors must be easily accessible from the back side of the rack in the rear storage part of the cabin. The mixing console must be installed into the work surface, inclined toward the user. Signal lamp for red light signalling must be available, placed so that it is visible from all the seats in the workspace.

The technical specification for digital audio mixing console:

1. The processing unit of the console should be capable of mixing at least 12 channels.2. The console must be based on modular technology and assembled from audio processing system

(core frame) and separate modules with total of at least 12 faders (100 mm, with crosspoint settings and channel assignment and input selectors).

3. The core frame must be designed for installation in a 19” rack; separate modules must be designed for installation into a table.

4. Integrated talkback and monitoring with level setting and independent selection of monitoring sources.

5. 4 band EQ, de-esser, compressor, limiter, expander and gate on each input.6. Bar graph indicators of level, gain/reduction and overload on every channel strip.7. Two main stereo buses minimum (one program bus, one stereo record bus).8. Four stereo Mix-Minus (N–1/N–X) buses minimum.9. Inputs and outputs:

16 mic/line inputs minimum with low cut filter and switchable 48 V phantom power, Adjustable gain, max gain ≥ 58 dB EIN ≤ ‒124 dBu @ 200 Ω Console headroom setting: 6 dBu corresponds to –9 dBFS 12 AES3 inputs with SRC minimum 12 AES3 outputs minimum AES11 sync input with automatic changeover to internal reference 8 GP inputs, 8 GP outputs minimum

10. Possibility to record and playback from USB memory device.11. TRS sockets for DJ and Guest headphones.12. 2 precision stereo bar graph level meters with phase indicators. Loudness meter, digital scale with ‒

9dBFS indication.13. Red light signalling.14. Real time clock display, synchronization with NTP.15. Console should enable advanced user to adapt it to different users and different operating situation –

possibility to connect PC keyboard and monitor.16. Global and user snapshots.17. User identification with USB stick.18. Different levels of user rights.19. Built in test signal generator.20. Possibility of redundant power supply.

1.4.91.4.101.4.10.1

3.7.11.2 Audio codec

Multinetwork audio codec with the widest range of compression algorithms and data connection with bonding capabilities (ethernet, 3G/4G, Wi-Fi bonding) for reliable streaming is required, as PRODYS Quantum DUO or similar. The codec must be controlled locally from its touch screen panel and remotely from its web interface.

The codec must be mounted into 19’’ rack, above desk level, easily accessible for use.

The technical specification for the audio codec:

36

Rack mounting housing is required.

Stereo audio with talk back in/out

Analogue audio- Stereo I/O.

Digital Audio- Stereo Audio I/O.- AES/EBU

GPIO inputs and outputs

Audio compression- G722- G711- MPEG 1,2 Layer II- MPEG4 AAC LC, LD & HE- OPUS

Communication Protocol BRAVE

LAN- 10/100BaseTx Ethernet, connector RJ45.

FEC

ISDN- 1 BRI connection. S/T and U interfaces.- RJ45 connector.- Protocols: EISDN

LTE/3G streaming module with bonding, minimum 4 SIM cards

3.7.11.3 Computer monitor

Above the mixing console, on the left side, a flat monitor screen, at least size 22’’, must be installed. It must be installed in housing, placed on top of the 19’’ rack, so the monitor can be folded and stowed.

The technical specification for the monitor:

Panel Type IPS LEDScreen size min 22’’Resolution 1920 x 1080Viewing Angles min. 178°/178°Aspect Ratio 16:9Interfaces and Connectivity DisplayPort

3.7.11.4 Audio monitors

Two active audio monitor speakers for professional applications must be available (GENELEC 8330A or similar). They must be strongly fastened (security in case of car crash) on both sides of the mixing console.

3.7.11.5 Audio connection plate for headphones and microphones

Audio connection for 2 headphones and 2 microphones (XLR) must be provided on the centre cabinet with folding shelfs and connected to the console.It should be possible to separately adjust level for each set of headphones.

37

3.7.11.6 Wireless Microphone set

Two professional Wireless Microphone sets (like SENNHEISER Wireless Microphone ew 335 G3 or similar) are required. Each set consists of: receiver unit, installed into the 19’’ rack above desk level, easily accessible for use and handheld wireless microphone.

The receiver units must be connected to the audio mixing console. The antenna cables must be connected to the external antennas mounted on the roof of the vehicle.

3.7.11.7 Wireless Personal Monitor Set

A professional Wireless Personal Monitor Set like SENNHEISER Wireless Monitor Set ew 300 IEM G3-A-EU or similar) is required. A set consists of:

Transmitter unit, installed into the 19’’ rack above desk level, easily accessible for use and 4 receiver units with 4 headphone sets.

The transmitter unit must be connected to the audio mixing console. The antenna cable must be connected to the external antenna mounted on the roof of the vehicle.

3.7.12 Cable reels

Two cable reels, electric (like SCHILL ALM 380.A-12V or similar), are required. The reels must be mounted on the floor in the rear storage part of the cabin. Each reel will carry a cable as follows: Shore power cable single phase 230V/16A, 100m, for connection to the mains. No cable, prepared for multicore microphone cable, 100m.

There must be a mounting place provided for later installation of one cable reel, the same model as specified.

3.7.13 Ladder

A ladder for access to the walkable platform - roof rack, easily accessible and safely stowed during the transport, must be available.

3.7.14 Additional outdoor lights on the vehicle

On all four angles of the van roof, four amber warning, rotatable, flashing lamps of high luminosity must be mounted. The height of the lamp surface (side view) must be from 100mm to 125mm, diameter of the lamp 175mm-200mm.

The required lamps must be as the sample lamps on the link or similar:http://www.woodwayengineering.co.uk/led-beacons/whelen-l360-flashing-led-beacon.htmlhttp://www.whelen.com/auto/product.php?head_id=1&cat_id=7&prod_id=303http://www.whelen.com/auto/product.php?head_id=1&cat_id=7&prod_id=305

The warning lamps must be controlled (power on/off, selection of the lighting pattern) from the driver position in the cabin and from the rear storage part of the van.

All warning lamps and all outdoor installations must be watertight, resistant to the weather conditions and must be in harmony with European Union standards.

3.7.15 The additional communications antennas

There should be following additional antennas mounted on the roof of the vehicle: Wireless Microphone set roof mount antennas Wireless Monitor Set roof mount antenna VHF 150Mhz roof mount antenna

38

3G/4G roof mount antenna Antenna for additional radio receiver

A mobile VHF 150Mhz roof mount antenna TRIVAL ADS-21/2 or similar is required. The antenna must be connected to the 50 ohm coaxial antenna cable. Free end of the cable (at least 2m length) must be prepared inside the vehicle at the shelf above the left window, for later connection.

The watertight opening through the roof with the cable tube between the roof and the walkable platform - roof rack must be wide enough for the adding of the new cables later. The opening must be covered so that it can be simple opened for new cable installation.

3.7.16 Visiting, factory acceptance, commissioning of the vehicle at integrator location

The offer must include two visiting of the vehicle at integrator’s location:• First visiting in the 1-day time duration must be in 14 days from the time of receiving the

document proving the delivery of the vehicle and Ka-BAND antenna to the integrator location, at the time of the coach building in the accordance with the tender technical requirements. The inspection and confirmation of the installation and wiring schematics will be done and the possibility of the corrections is required.

The results of the inspection will be written and signed from both contracting parties.

• Second visiting in the time duration of 1 day must be after the installation and comprise the factory acceptance, testing of the installed electrical and electronic equipment and functionality. The DSNG van will have to transmit the audio signal over the satellite to RTVSLO Ljubljana and receive the back signal.

All eventual incorrectness, ascertained at factory acceptance procedure will have to be eliminated by the Bidder within 14 days. After this deadline the procedure of the factory acceptance will be repeated if the experts of the Contract Authority find it necessary.

The offer must include the travelling (if the distance to the integrator location is more than 500km) and accommodation expenses for the two experts of the Contracting Authority on first and second visiting at the integrator location. The costs are to be borne by the Bidder. The results of the second visiting, the acceptance protocol will be written and signed from both contracting parties.

39

3.8 ANNEX 1: EQUIPMENT ACCOMMODATION DESIGN

Picture 1: Inside the van – floor plan

Picture 2: Inside the van – side view

40

Picture 3: Equipment – front view

OMARAS PREDALI

LPZ...

napajanje Li-ion

Picture 4: Equipment – back view

41

3.9 GENERAL CONDITIONS

3.9.1 References and the inspection of the reference van for both vehicles

The Bidder has to provide reference statements proving, that in the period from 01 January, 2010 onwards, he manufactured and delivered at least five vehicles, comparable with the subject of this public tender (DSNG van, measurement RF van, telecommunication van, radio and TV reporting van, video surveillance). The Bidder must provide at least five original reference statements (reference statement must be issued for each vehicle separately).

The quick description of the 5 reference vans and users contacts must be written in the bid.

In the evaluation procedure of the tender bids, the tender authority will make the inspection of the reference van of the most favourably bidder. The van for inspection must be in operation at least 2 years. The detailed data of the reference van for inspection with contact and address must be stated in the bidder documentation.

On the inspection the Contracting Authority commission will check the reference van with more attention to:

- The openings in the vehicle bodywork, which must be nicely finished up and 100% watertight

- Cables leading through the openings must not have the signs of damages- Around the cut-outs into the bodywork, made from the bidder, the signs of rust are not

allowed

In the case, that the inspected van doesn't fulfil the requirements, the bid will be excluded from the evaluation process. The tender authority will make the inspection of the reference van of the next most favourably bidder.

3.9.2 Operational-maintenance training on the RTVSLO location – only for the Ka-BAND DSNG van for the television programmes production and transmission

The Contracting Authority require the 2 days/8 hours operational-maintenance training for the 8 users of the DSNG van in duration of at least 1 day per 8 hours after the final acceptance on location of the Contracting Authority.

The bidder had to cover all the expenses for the training (expenses for the literature, any cost connected to the training, accommodation, travel expenses for the lecturer).

The training must include the following: explanation of the operation of powering system in the vehicle, explanation of the operation of Ka-BAND transmitting and receiving chain, explanation of adjustments and optimizing of transmitting, practical adjustments for optimal

operation, tuning, each participant must personally perform those settings, instructions and suggestions for error finding and re-launch of individual functions (each

participant must personally perform those tasks), final examination and granting of a certificate for operational work, fault finding and simple faults

repair on systems of DSNG van.

Education and related material must be in the Slovenian or English language.

The expenses for the operational-maintenance training must be included in the main offer.

The Contracting Authority reserves the right to reduce or increase the number of participants and/or days of schooling in terms of the number and complexity of the equipment.

3.9.3 Quantity and final acceptance for both vehicles

42

The bidder has to deliver the homologated vehicle with installed equipment to the location of the Contract-ing Authority RTV Slovenia in Ljubljana.

The quantity acceptance will be done in 5 working days after the delivery of the DSNG van with installed equipment to the location of RTVSLO in Ljubljana.

The final acceptance of the DSNG van must be completed by the Contracting Authority within twenty one (21) days after the date of successfully quantitative acceptance.

The Contracting Authority shall determine with the final acceptance whether the equipment is working according to the requested technical and functional requirements in tender documentation. At this final acceptance the representatives of the Bidder can be present.

All eventual incorrectness, ascertained at final acceptance procedure, have to be eliminated by the Bidder within 21 days, after this deadline the Contracting Authority may cash-in a performance guarantee, and the Bidder must submit a new Performance Guarantee.

It is understood that the final acceptance will be completed when all eventual incorrectness are eliminated. The incorrectness is to be specified in writing by the Contracting Authority.

The warranty time starts on the day of signing the final acceptance.

3.9.4 Spare parts for both vehiclesThe Bidder must guarantee spare parts for the period of minimum five (5) years from the date of the final acceptance test. For the guarantee period the Bidder will provide the spare parts free of charge.

3.9.5 Delivery terms for both vehicles

The Bidder will supply the vehicle (with homologation certificate) with installed and operational equipment to the location of the Contracting Authority in Ljubljana, at the latest within 6 months after signing the contract.

3.9.6 Warranty conditions of the bidder and maintenance for both vehicles

The Bidder must enclose his own statement with the detailed information about the warranty conditions and after-warranty maintenance of the van and the built-in equipment. The bidder’s statement must contain:

the address of the service for the van and for the built-in equipment and the vehicle, contact person e-mail, phone, fax. warranty of the vehicle with air-suspension and all built-in equipment, including the interiors

and processing/finishing exterior (painting, rust, water resistance) must cover a period of four years and begins with signing the final acceptance of the vehicle with integrated equipment, by the Contracting Authority. Also it must cover the defects on mechanical and electrical components due to structural failures.

Processing and finishing of the vehicle do not affect the warranty provided by the vehicle giving the vehicle manufacturer.

The warranty on the paintwork of a manufacturing defect lasts for at least 3 years from the first date of vehicle registration.

The warranty against corrosion failure lasts for at least 10 years from the first date of vehicle registration.

The warranty period for all additional installed equipment and additional built-in electronic equipment must be equal to or longer than provided by the manufacturer of the equipment or. at least 2 years and it starts to run from the date when the Contracting Authority signs a record of successful completion of final acceptance of the vehicle.

43

4 BID DOCUMENTATION

4.1 GENERAL CONDITIONS FOR MAKING BID DOCUMENTATION

4.1.1 Clarification to the tender documentationThe Bidder can demand clarifications to tender documentation in e-mail or written form only, using the attached form, at the latest 6 days prior to the term for acceptance of bids (till 09.00 a.m. on 13 November, 2015); to the e-mail address: [email protected] or fax no. + 386 1 475 2186. Questions, not asked on the prescribed form, will not be answered.

Questions and answers shall be published on web page: www.rtvslo.si/razpisi, on sub-page JAVNA NAROČILA - PUBLIC PROCUREMENT under the mark Javno naročilo JN-B0692.

4.1.2 LanguageBids have to be made in Slovenian or in English language.

4.1.3 MarkingPages of bid documentation must be numbered and bound with string or spiral 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.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 bidThe Bidders can submit their bids for the equipment, required in the tender documentation for all the required equipment.

4.1.5 Alternative bids and variant bidsAlternative 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, disqualified all bids in which the onset. All disqualified bids will be as an incorrect eliminated.

4.1.7 Form of a bidThe Bidder is not allowed to change or correct the text of the forms that represent the constituent part of the Tender documentation and had been prepared and already filled in by the Contracting Authority. Valid is the Tender documentation and forms (as well as eventual answers, changes and amendments of tender documentation), published on the Contracting Authority’s web-site. In case the Contracting Authority es-tablishes 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 pro-cess.

44

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

4.1.8 Validity of the bidsBids must be valid till 31 January, 2016, 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.

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 »Declaration on acceptance of the public tender conditions«

4.2.4 Form of an OFFER that has to contain:Prices must be expressed in EUR, on DDP Ljubljana basis, delivered to location of the Contracting Authority in Ljubljana (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 terms: After the submission of the evidence on the purchase of the vehicle for the Contracting Authority

the Bidder shall issue the invoice for the first (I.) situation in the amount of 50 % of the contractual value. The Contracting Authority will pay the amount of the (I.) situation within 30 days from the date the Contracting Authority and the Bidder have signed the Protocol, confirming the Contract-ing Authority has received the evidence on the purchase of the suitable vehicle for the Contracting Authority by the Bidder.

The Bidder shall issue the invoice for the second (II.) situation in the amount of 30 % of the con-tractual value after the purchase of all additional technological (audio/video/power supply) equip-ment that is to be installed into the vehicle and after the fulfilment of all requirements regarding re -construction of the vehicle (mechanical reconstruction, acoustic treatment, regulation of HVAC) and wiring, according to the “Technical part of the Tender documentation”. The Contracting Au-thority will pay the amount of the (II.) situation within 30 days from the date the factory acceptance protocol has been signed by the Contracting Authority.

The Bidder shall issue the invoice for the third (III.) situation in the amount of 20 % of the contrac-tual value after the successfully performed final acceptance of the vehicle with all the installed ad-ditional equipment. The Contracting Authority will pay the amount of the (III.) situation within 30 days from the date the Protocol on successfully done final acceptance 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.

Delivery dates: The bidder will supply and install the system (including the approval of a vehicle) to the location of the Contracting Authority in Ljubljana, at the latest within 6 months after signing the contract.

4.2.5 Proforma Invoice

4.2.6 Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)” – for a legal entity

A Bidder with the registered office in the Republic of Slovenia must submit the signed statement. The Bidder may submit official documents as evidence of meeting the conditions specified in this statement. Such evidence must not be dated more than four months prior to the date set for the submission of bids.

45

Pursuant to the sixth paragraph of Article 41 and fifth paragraph of Article 42 of ZJN-2 the Bidder with the registered office in the Republic of Slovenia may, instead of providing evidence, authorize the Contracting Authority to obtain the official evidence from the criminal record by itself. In such case, the Bidder must at -tach to the bid also:- the authorisation for the Contracting Authority to obtain the evidence from the criminal record by itself,- fulfilled claim of Ministry of Justice - for the data from the criminal record for legal entities

A Bidder with the registered office outside the Republic of Slovenia must submit the signed state-ment. The Bidder must also submit official documents from its country as evidence of meeting the condi -tions specified in this statement. Such evidence must not be dated more than four months prior to the date set for the submission of bids.

If the country of the Bidder with the registered office outside the Republic of Slovenia does not issue such documents, the Contracting Authority may (pursuant to the sixth paragraph of Article 42 of ZJN-2) accept a sworn statement of witnesses or a sworn statement of the Bidder instead of official documents from its country. In such case, the Bidder must make the above statement before a judicial or administrative body, Notary Public or the competent body for professional or economic operators in the country of their re-gistered office.

4.2.7 Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)” – for a legal representative

If the Bidder has more than one legal representative , he must enclose “Bidder's Statement on crim-inal offences from the first and the second paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5)” for each of them.

A Bidder with the registered office in the Republic of Slovenia must submit the signed statement. The Bidder may submit official documents as evidence of meeting the conditions specified in this statement. Such evidence must not be dated more than four months prior to the date set for the submission of bids.

Pursuant to the sixth paragraph of Article 41 and fifth paragraph of Article 42 of ZJN-2 the Bidder with the registered office in the Republic of Slovenia may, instead of providing evidence, authorize the Contracting Authority to obtain the official evidence from the criminal record by itself. In such case, the Bidder must at -tach to the bid also:- the authorisation for the Contracting Authority to obtain the evidence from the criminal record by itself,- fulfilled claim of Ministry of Justice - for the data from the criminal record for natural persons

A Bidder with the registered office outside the Republic of Slovenia must submit the signed state-ment. The Bidder must also submit official documents from its country as evidence of meeting the conditions specified in this statement. Such evidence must not be dated more than four months prior to the date set for the submission of bids.

If the country of the Bidder with the registered office outside the Republic of Slovenia does not issue such documents, the Contracting Authority may (pursuant to the sixth paragraph of Article 42 of ZJN-2) accept a sworn statement of witnesses or a sworn statement of the Bidder instead of official documents from its country. In such case, the Bidder must make the above statement before a judicial or administrative body, Notary Public or the competent body for professional or economic operators in the country of their re-gistered office.

4.2.8 Form “Statement under the third and fourth paragraph of article 42 of the ZJN-2”

4.2.9 Form “Bidder’s statements, given under criminal and material liability”

4.2.10 Bank Certificate of solvency The Bidder must enclose Bank Certificate of solvency, showing the Bidder’s account has not been blocked within the last six months. On the date of opening of the bids, 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 (under item 4.2.10) 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

46

statement on each photocopied page. In case the Contracting Authority subsequently requests the original evidence, the Bidder shall present the same for verification.

4.2.11 Warranty conditions of the Bidder The Bidder must enclose his own statement with the detailed information on the maintenance of equipment in warranty period, according to the requirements, stated in the chapter 3.2.4 - “Warranty conditions” in the TECHNICAL PART of Tender documentation.

4.2.12 Declaration of the Bidder regarding the spare parts

4.2.13 Declaration of the Bidder - all the offered equipment is factory-new

4.2.14 Declaration of the Bidder regarding the software upgrades

4.2.15 Reference statementsThe Bidder has to provide reference statements proving, that in the period from 01 January, 2010 onwards, he manufactured and delivered at least five vehicles, comparable with the subject of this public tender (DSNG van, measurement RF van, telecommunication van, radio and TV reporting van, video surveillance. The Bidder must provide at least five original reference statements (reference statement must be issued for each vehicle separately).

The quick description of the 5 reference vans and users contacts must be written in the bid.

In the evaluation procedure of the tender bids, the tender authority will make the inspection of the reference van of the most favourably bidder. The van for inspection must be in operation at least 2 years. The detailed data of the reference van for inspection with contact and address must be stated in the bidder documentation.

On the inspection the Contracting Authority commission will check the reference van with more attention to:

- The openings in the vehicle bodywork, which must be nicely finished up and 100% watertight

- Cables leading through the openings must not have the signs of damages- Around the cut-outs into the bodywork, made from the bidder, the signs of rust are not

allowed

In the case, that the inspected van doesn't fulfil the requirements, the bid will be excluded from the evaluation process. The tender authority will make the inspection of the reference van of the next most favourably bidder.

4.2.16 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 .

4.2.17 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 31 January 2016, in the value EUR 2.000,00.

4.2.18 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 will be issued by the first class Bank or Insurance Company and will be irrevocable, unconditional and payable at first call, valid 6 months after the confirmed delivery date of the vehicle with all the installed additional equipment.

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.

47

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 109 a of ZJN-2. The objective reasons are those the Bidder could not influence, could not expect to prevent, eliminate and avoid them.

4.2.19 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 attachment to the tender documentation.

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 13 and 14 of Article 71 of the Public Procurement Act - ZJN, 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.

4.2.20 Technical documentation

The Bidder must enclose all relevant documentation, required in TECHNICAL PART of Tender documentation, but not particularly mentioned in items from 4.2.1 to 4.2.19.

Furthermore the Bidder must enclose all necessary documentation (in written or electronic form), wherein it must be evident that the bidden equipment fulfils all the technical requirements.

48

5 CONTRACT AWARD CRITERIA

5.1 CONTRACT AWARD CRITERIA

The only criterion for the evaluation of the bids, that will fulfil all the conditions and requirements from this tender documentation and will be technically entirely corresponding to all conditions and technical specifications, is PRICE.

The Bid with the lowest bidden total value will at the evaluation receive 100 points, the remaining Bids will receive less points, expressed as percentage, calculated acc. the following formula:

the estimated offer( 2 - ------------------------------------------ ) x 100 the lowest offer

The calculation will be done on two decimal places. The bid can be appraised by 0 points at the minimum.

In case two or more bids have at the end of the evaluation equal maximum number of points, the Contracting Authority shall choose the bid that offers shorter delivery date.

3.9 TWO BIDS WITH EQUAL BEST EVALUATION RESULT

In case two or more bids have at the end of the evaluation equal maximum number of points, the Contracting Authority shall choose the bid that offers shorter time for the realization of the works. Should the bid cannot be chosen anyway, the next criterion is longer warranty period for realized works.

6 REVIEW CLAIM6.1 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 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 tender documentation of the subject tender.

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.

49

DATA ON BIDDER AND BIDFOR PUBLIC TENDER – JN-B0692

Purchase of two Ka-BAND DSNG vans

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:

ADDRESS OF THE BIDDER:

NUMBER OF (BUSINESS) ACCOUNT -IBAN, SWIFT:

BANK’S ADDRESS:

CONTACT PERSON RESPONSIBLE FOR A BID:

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: …………………………………………………..

Place and date: Stamp: Bidder's official

representative or authorized person

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

50

DECLARATION OF BIDDER’S ACCEPTANCE OF PUBLIC PROCUREMENT CONDITIONSJN-B0692

The Bidder:

- Title and name of the Bidder: ………………………………………………………………

- Address: .....................................................................................................................

- Bidder's official representative or authorized person: …………………………………

We herewith declare, that we accept all the conditions, required in the tender documentation for the submission of our bid on the published tender for the:

purchase of two Ka-BAND DSNG vans.

We declare, that all data, given in our bid documentation are truthful, and that all the enclosed document photocopies equal to the originals. For given data, their truthfulness and suitability of photocopies we assume full responsibility.

Place and date: Stamp: Bidder's official

representative or authorized person

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

.

51

FORM OFFERFOR PUBLIC TENDER JN-B0692

Purchase of two Ka-BAND DSNG vans:

Item Description Value in EURwithout VAT

01

Value for - Ka-BAND DSNG van for the television programmes production and transmission, (the vehicle with all the installed ad-ditional equipment), according to the requirements in the chapter 3 - TECHNICAL PART OF THE TENDER DOCUMENTATION JN-B0692

02

Value for - of the Ka-BAND DSNG van for radio programmes production and transmission (the vehicle with all the installed additional equipment), according to the requirements in the chapter 3 - TECHNICAL PART OF THE TENDER DOCUMENTATION JN-B0692

03 Allowed discounts

04TOTAL NET – DDP Ljubljana, delivered to the location of the Contracting Authority in Ljubljana (accor. to INCOTERMS 2010); without VAT

Payment terms: After the submission of the evidence on the purchase of the vehicle for the Contracting Authority

the Bidder shall issue the invoice for the first (I.) situation in the amount of 50 % of the contractual value. The Contracting Authority will pay the amount of the (I.) situation within 30 days from the date the Contracting Authority and the Bidder have signed the Protocol, confirming the Contract-ing Authority has received the evidence on the purchase of the suitable vehicle for the Contracting Authority by the Bidder.

The Bidder shall issue the invoice for the second (II.) situation in the amount of 30 % of the con-tractual value after the purchase of all additional technological (audio/video/power supply) equip-ment that is to be installed into the vehicle and after the fulfilment of all requirements regarding re -construction of the vehicle (mechanical reconstruction, acoustic treatment, regulation of HVAC) and wiring, according to the “Technical part of the Tender documentation”. The Contracting Au-thority will pay the amount of the (II.) situation within 30 days from the date the factory acceptance protocol has been signed by the Contracting Authority.

The Bidder shall issue the invoice for the third (III.) situation in the amount of 20 % of the contrac-tual value after the successfully performed final acceptance of the vehicle with all the installed ad-ditional equipment. The Contracting Authority will pay the amount of the (III.) situation within 30 days from the date the Protocol on successfully done final acceptance 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.

Delivery dates:

Warranty periods:

Place and date: Stamp: Bidder's official

representative or authorized person

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

52

PROFORMA INVOICE FOR PUBLIC TENDER JN-B0692

The Bidder must enclose detailed specification of the bidden equipment and services as well as the detailed breakdown of prices for each item of the offer as stated in chapter 3 of the tender documentation.

53

Bidder: ………………………………………………………………

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

STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAFH OF ARTICLE 42 OF THE PUBLIC PROCUREMENT ACT (ZJN-2)

FOR A LEGAL ENTTITY – PAGE 1

FOR PUBLIC TENDER JN-B0692

We hereby declare under criminal and material liability that our company has never been the subject of a conviction by final judgement for any of the criminal offences listed below that are stated in the first para-graph of Article 42 of the Public Procurement Act (Ur. l. RS, No.: 12/2013-UPB5, 19/2014):

– accepting a bribe in elections (Art.157 of the Penal Code of the Republic of Slovenia, hereinafter: KZ-1), – fraud (Article 211 of the KZ-1), – unlawful restriction of competition (Article 225 of the KZ-1), – causing of bankruptcy by fraud or business negligence (Article 226 of the KZ-1), – defrauding of creditors (Article 227 of the KZ-1), – business fraud (Article 228 of the KZ-1), – fraud to the detriment of the European Union (Article 229 of the KZ-1), – fraud in obtaining loans or benefits (Article 230 of the KZ-1), – fraud in securities trading (Article 231 of the KZ-1), – deception of purchasers (Article 232 of the KZ-1), – unauthorised use of another's mark or model (Article 233 of the KZ-1), – unauthorised use of another's patent or topography (Article 234 of the KZ-1), – forgery or destruction of business documents (Article 235 of the KZ-1), – disclosure and unauthorised acquisition of trade secrets (Article 236 of the KZ-1), – breaking into business information system (Article 237 of the KZ-1), – abuse of insider information (Article 238 of the KZ-1), – abuse of financial instruments market (Article 239 of the KZ-1), – abuse of position or trust in business activity (Article 240 of the KZ-1), – unauthorised acceptance of gifts (Article 241 of the KZ-1), – unauthorised giving of gifts (Article 242 of the KZ-1), – counterfeiting money (Article 243 of the KZ-1), – fabrication and use of counterfeit stamps of value or securities (Article 244 of the KZ-1), – money laundering (Article 245 of the KZ-1), – abuse of bank, credit or other card (Article 246 of the KZ-1), – use of counterfeited bank, credit or other cards (Article 247 of the KZ-1), – fabrication, acquisition and disposing of instruments of forgery (Article 248 of the KZ-1), – tax evasion (Article 249 of the KZ-1), – smuggling (Article 250 of the KZ-1), – disclosure of classified information (Article 260 of the KZ-1), – acceptance of bribes (Article 261 of the KZ-1), – giving bribes (Article 262 of the KZ-1), – accepting benefits for illegal intermediation (Article 263 of the KZ-1), – giving gifts for illegal intermediation (Article 264 of the KZ-1), – criminal association (Article 294 of the KZ-1).

54

STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAFH OF ARTICLE 42 OF THE PUBLIC PROCUREMENT ACT (ZJN-2)FOR A LEGAL ENTITY – PAGE 2

FOR PUBLIC TENDER JN-B0692

As evidence that we have not been finally convicted of any indicated criminal offences,

(Circle as appropriate)

We attach the certificate of no convictions from the official record.

Our country does not issue such documents. Therefore the subject statement has been made and signed before: (name one of the following competent bodies: a judicial or administrative body, Notary Public or the competent body for professional or economic operators in the country): ...............................................................................................................................................

Place and date: Stamp: Bidder's official

representative or authorized person

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

Place and date: Stamp: Signature of the competent body

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

55

Bidder's LEGAL REPRESENTATIVE:

Name and surname: .................................................

STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE PUBLIC PROCUREMENT ACT (ZJN-2)

FOR A LEGAL REPRESENTATIVE – PAGE 1FOR PUBLIC TENDER JN-B0692

I, the undersigned, hereby declare under criminal and material liability that I have never been convicted by final judgement for any of the criminal offences listed below that are stated in the first paragraph of Article 42 of the Public Procurement Act (Ur. l. RS, No.: 12/2013-UPB5, 19/2014):

– accepting a bribe in elections (Art.157 of the Penal Code of the Republic of Slovenia, hereinafter: KZ-1), – fraud (Article 211 of the KZ-1), – unlawful restriction of competition (Article 225 of the KZ-1), – causing of bankruptcy by fraud or business negligence (Article 226 of the KZ-1), – defrauding of creditors (Article 227 of the KZ-1), – business fraud (Article 228 of the KZ-1), – fraud to the detriment of the European Union (Article 229 of the KZ-1), – fraud in obtaining loans or benefits (Article 230 of the KZ-1), – fraud in securities trading (Article 231 of the KZ-1), – deception of purchasers (Article 232 of the KZ-1), – unauthorised use of another's mark or model (Article 233 of the KZ-1), – unauthorised use of another's patent or topography (Article 234 of the KZ-1), – forgery or destruction of business documents (Article 235 of the KZ-1), – disclosure and unauthorised acquisition of trade secrets (Article 236 of the KZ-1), – breaking into business information system (Article 237 of the KZ-1), – abuse of insider information (Article 238 of the KZ-1), – abuse of financial instruments market (Article 239 of the KZ-1), – abuse of position or trust in business activity (Article 240 of the KZ-1), – unauthorised acceptance of gifts (Article 241 of the KZ-1), – unauthorised giving of gifts (Article 242 of the KZ-1), – counterfeiting money (Article 243 of the KZ-1), – fabrication and use of counterfeit stamps of value or securities (Article 244 of the KZ-1), – money laundering (Article 245 of the KZ-1), – abuse of bank, credit or other card (Article 246 of the KZ-1), – use of counterfeited bank, credit or other cards (Article 247 of the KZ-1), – fabrication, acquisition and disposing of instruments of forgery (Article 248 of the KZ-1), – tax evasion (Article 249 of the KZ-1), – smuggling (Article 250 of the KZ-1), – disclosure of classified information (Article 260 of the KZ-1), – acceptance of bribes (Article 261 of the KZ-1), – giving bribes (Article 262 of the KZ-1), – accepting benefits for illegal intermediation (Article 263 of the KZ-1), – giving gifts for illegal intermediation (Article 264 of the KZ-1), – criminal association (Article 294 of the KZ-1).

56

STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE PUBLIC PROCUREMENT ACT (ZJN-2)

FOR A LEGAL REPRESENTATIVE – PAGE 2

FOR PUBLIC TENDER JN-B0692

As evidence that I have not been finally convicted of any indicated criminal offences,

(Circle as appropriate)

I attach the certificate of no convictions from the official record.

Our country does not issue such documents. Therefore the subject statement has been made and signed before: (name one of the following competent bodies: a judicial or administrative body, Notary Public or the competent body for professional or economic operators in the country): ....................................................................................................................................................

Place and date: Signature of Bidder’s legal representative

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

Place and date: Stamp: Signature of the competent body

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

57

Bidder: ………………………………………………………………

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

STATEMENT UNDER THE THIRD AND THE FOURTH PARAGR. OF ART. 42 OF THE ZJN-2FOR PUBLIC TENDER JN-B0692

Under criminal and material liability we hereby declare that:

on the day the bid was submitted, in accordance with the regulations of the State where we have the headquarters or with those of the country of the Contracting Authority, we have no outstanding non-paid obligations relating to the payment of social security contributions or relat-ing to the payment of taxes in the amount of € 50 or more;

our company is not undergoing compulsory settlement nor it was suggested to start the com-pulsory settlement and court on this proposal has not yet decided;

our company is not undergoing bankruptcy proceedings nor it was suggested to start the bank-ruptcy proceedings and court on this proposal has not yet decided;

our company is not undergoing compulsory winding-up proceedings nor it was suggested to start the compulsory winding-up proceedings and court on this proposal has not yet decided. Our business is not, for any other reasons, managed by a court and we have not discontinued our business activity or found ourselves in a similar situation.

we have not been finally convicted, in any country, of an offence related to our professional conduct.

We declare that we agree the Contracting Authority to obtain information on the fulfilment of the conditions laid down in the official records. We also provide our consent to the Contracting Authority to obtain per -sonal information in connection of the fulfilment of this condition.

Place and date: Stamp: Bidder's official

representative or authorized person

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

58

Bidder: ………………………………………………………………

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

BIDDER'S STATEMENTS GIVEN UNDER CRIMINAL AND MATERIAL LIABILITYFOR PUBLIC TENDER JN-B0692

We hereby declare under criminal and material liability that we are registered by the competent entity of the state and have valid extract from judicial or other records, as well as all the necessary permits from the body competent for the activity which is the subject of this public tender.

We hereby declare under criminal and material liability that our firm is reliable, capable of man-aging a business, has sufficient technical capabilities, experiences and reputation and has em-ployees, who are qualified to carry out the Contract.

We hereby declare under criminal and material liability that we have paid all outstanding obliga-tions to subcontractors in previous public procurement procedures.

We hereby declare under criminal and material liability that our company has not, during a period of the last five years, been issued any final legal or administrative decision prohibiting us from car-rying out the activity which is the subject of the public tender and have not been convicted of or in -volved in any criminal proceedings on the grounds of suspicion of committing a criminal offence related to bribery.

We hereby declare under criminal and material liability that we have paid taxes, contributions and other obligatory dues or business obligations in accordance with the regulations of the State where we have the headquarters. We have also paid all overdue business obligations that we have had in the Republic of Slovenia.

We hereby declare under criminal and material liability that we have settled all our liabilities to -wards the RTV Slovenia and we are not in a complaint procedures against the RTV Slovenia.

We hereby declare under criminal and material liability that there are no legal limitations, which should preclude us from signing the Contract.

We hereby agree that the Contracting Authority may, pursuant to the fourth paragraph of Article 42 of the ZJN-2, exclude our bid from further participation in the public tender procedure if:

it can prove, on any legal basis, that we committed a serious professional error or severely viol -ated professional rules;

we gave a misleading interpretation when providing information required under the provisions of Articles 41 to 49 of this Act, in this or any previous procedures, or failed to provide such informa-tion.

Place and date: Stamp: Bidder's official

representative or authorized person

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

59

Bidder: ………………………………………………………………

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

DECLARATION OF THE BIDDER REGARDING THE SPARE PARTSFOR PUBLIC TENDER JN-B0692

We hereby declare under criminal and material liability that we are going to assure the necessary original spare parts for the integrated technological equipment, installed Ka-BAND DSNG vans, at least five years from the date of final acceptance of the equipment. For the period of the warranty we shall provide free replacement parts.

Place and date: Stamp: Bidder's official

representative or authorized person

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

60

Bidder: ………………………………………………………………

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

DECLARATION OF THE BIDDER – ALL THE OFFERED EQUIPMENT IS FACTORY NEWFOR PUBLIC TENDER JN-B0692

We hereby declare under criminal and material liability, that all the equipment, offered on the Public Tender JN-B0692, is factory-new.

Place and date: Stamp: Bidder's official

representative or authorized person

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

61

Bidder: ………………………………………………………………..

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

DECLARATION OF THE BIDDER REGARDING THE SOFTWARE UPGRADESFOR PUBLIC TENDER JN-B0692

We hereby declare, under criminal and material liability, that all the software upgrades for the offered DSNG system, installed in Ka-BAND DSNG vans, will be free of charge for the Contracting Authority within the warranty period.

Place and date: Stamp: Bidder's official

representative or authorized person

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

62

Reference Statement Authority (Owner of the OB Van):……………………………………………………………..

……………………………………………………………..

REFERENCE STATEMENT FOR PUBLIC TENDER JN-B0692

We confirm that we are the owner of the OB Van, designed for (please mark): DSNG van,

measurement RF van,

telecommunication van,

radio and TV reporting van,

video surveillance,

which the Bidder submits as its reference.

We allow the members of the Contracting Authority Commission to inspect the above stated OB Van on

our location and to check the operation of the system.

The location address

Contact person (first name, last name, phone, e-mail)

Type of the vehicle

Production year

Short description of the vehicle

We confirm that the OB Van meets all the specifications regarding quality, quantity and term of

manufacture.

The statement is issued only for the purposes of Public Tender RTV Slovenia JN-B0692 and cannot be used for other purposes.

At ……………………………….., date……………..

The authorized person of the Statement Authority ……………………………..

Signature of authorized person of the Statement Authority ……………………………..

Stamp

63

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 ŠTEV. / CONTRACT NO. JN-B0692

NAKUP DVEH KA-BAND DSNG VOZIL

PURCHASE OF TWO KA-BAND DSNG VANS

Sklenjena med:Concluded between:

Radiotelevizija Slovenija, Javni zavodKolodvorska 21000 LjubljanaSlovenia

Identifikacijska štev. za DDV / ID V.A.T. No.: SI29865174Matična štev. / Corporate registry No.:5056497

ki ga zastopa generalni direktor mag. Marko Fillirepresented by mag. Marko Filli, the Director General

(v nadaljevanju teksta “NAROČNIK”)(hereinafter referred to as “CONTRACTING AUTHORITY”)

in / and

………………………………………………………………………………………………………………

Identifikacijska štev. za DDV / ID V.A.T. No.: ……………………………………Matična štev. / Corporate registry No.: ……………………..

ki ga zastopa …………………………………………………..represented by …………………………………………………

(v nadaljevanju teksta “PONUDNIK”)(hereinafter referred to as “BIDDER”)

64

1. člen

Pogodbeni stranki ugotavljata, da je naročnik izvedel postopek oddaje javnega naročila na osnovi 25. člena Zakona o javnem naročanju ZJN-2 (Ur. l. RS, št.: 12/2013-UPB5, 19/2014) nakup dveh Ka-BAND DSNG vozil.

Ponudnik je bil izbran kot najugodnejši ponudnik za sklop……., 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 25. of the Public Procurement Act-ZJN-2 (Official Gazette of the Republic of Slovenia, No. 12/2013-UPB5, 19/2014) for the purchase of two Ka-BAND DSNG Vans.

The Bidder has been selected as the most favourable Bidder based on the Public Tender, published in the in the TED 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 razpisno dokumentacijo štev. JN-B0692, 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 Tender documentation no. JN-B0692, adopted and specified in the Bid documentation ….dated …… shall constitute an integral part of this Contract.

3. člen

3.1Končna vrednost pogodbe znaša:

EUR …………………………. DDP Ljubljana, dostavljeno na lokacijo naročnika v Ljubljani (skladno z INCOTERMS 2010), brez DDVV 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.

3.2Vsi 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.

Naročnik bo navedeni znesek plačal na račun ponudnika štev.:..................................................pri banki: ............................; v skladu z naslednjimi plačilnimi pogoji: Ponudnik po dostavi dokazila o nabavljenem vozilu za naročnika izda račun za prvo (I.) situacijo v

vrednosti 50 % pogodbenega zneska. Naročnik bo ponudniku plačal celotno vrednost prve situacije v 30 dneh po datumu zapisnika, podpisanega s strani naročnika in ponudnika, s katerim bo naročnik po-trdil prejem dokazila, da je ponudnik nabavil ustrezno vozilo za naročnika.

Ponudnik izda račun za drugo (II.) situacijo v vrednosti 30 % pogodbenega zneska po nakupu vse dod-atne tehnološke (avdio/video/energetske) opreme, ki bo vgrajena v vozilo in po izpolnitvi zahtev za pre-delavo vozila (mehanske predelave, akustične obdelave notranjosti vozila, ureditev klimatizacije) ter ožičenja, skladno s “Tehničnim delom razpisne dokumentacije«. Naročnik bo celotno vrednost druge situacije plačal v 30 dneh po datumu zapisnika o uspešno opravljenem tovarniškem pregledu opreme in izvedbi predelave vozila ter ožičenju, podpisanega s strani naročnika.

Ponudnik izda račun za tretjo (III.) situacijo v vrednosti 20 % pogodbenega zneska po uspešno opravljenem končnem prevzemu vozila z vgrajeno dodatno opremo. Naročnik bo ponudniku plačal

65

celotno vrednost tretje situacije v 30 dneh po datumu zapisnika o uspešno opravljenem končnem pre-vzemu vozila z vgrajeno dodatno opremo, podpisanega s strani naročnika.

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

Article 3

3.1The total value of the Contract amounts to:

EUR …………………………. DDP, delivered to the location of the Contracting Authority in Ljubljana (accord. to INCOTERMS 2010); without VAT

In case of a payment to a domestic Bidder, the VAT shall be added, 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 cannot be changed for the period of the Contract duration.

3.2All documents issued by the Bidder (Invoices, Delivery Notes) shall also incorporate the Public Tender or Contract Number and the Order number. The Bidder will receive the Order after the beginning of the contract validity.

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

After the submission of the evidence on the purchase of the vehicle for the Contracting Authority the Bidder shall issue the invoice for the first (I.) situation in the amount of 50 % of the contractual value. The Contracting Authority will pay the amount of the (I.) situation within 30 days from the date the Contracting Authority and the Bidder have signed the Protocol, confirming the Contract-ing Authority has received the evidence on the purchase of the suitable vehicle for the Contracting Authority by the Bidder.

The Bidder shall issue the invoice for the second (II.) situation in the amount of 30 % of the con-tractual value after the purchase of all additional technological (audio/video/power supply) equip-ment that is to be installed into the vehicle and after the fulfilment of all requirements regarding re -construction of the vehicle (mechanical reconstruction, acoustic treatment, regulation of HVAC) and wiring, according to the “Technical part of the Tender documentation”. The Contracting Au-thority will pay the amount of the (II.) situation within 30 days from the date the factory acceptance protocol has been signed by the Contracting Authority.

The Bidder shall issue the invoice for the third (III.) situation in the amount of 20 % of the contrac-tual value after the successfully performed final acceptance of the vehicle with all the installed ad-ditional equipment. The Contracting Authority will pay the amount of the (III.) situation within 30 days from the date the Protocol on successfully done final acceptance 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.

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 quantities and deadlines required, otherwise the Contracting Authority shall cash-in a performance guarantee.5. člen

66

Ponudnik bo dobavil in montiral sistem (vključno s homologacijo vozila) na lokacijo naročnika v Ljubljani, najkasneje v roku 6 mesecev po podpisu pogodbe.

Če naročnik ne izpolni svojih obveznosti iz prvega in drugega odstavka tega člena v navedenih rokih, ima naročnik pravico unovčiti garancijo za dobro izvedbo pogodbenih obveznosti.

Article 5The bidder will supply and install the system (including the approval of a vehicle) to the location of the Contracting Authority in Ljubljana, at the latest within 6 months after signing the contract.

In case the Bidder does not fulfil its obligations in the time periods stated in first and second passage of this article, the Contracting Authority may cash-in a performance guarantee.

6. člen

6.1Garancijski pogoji so navedeni v ponudbeni dokumentaciji, ki je sestavni del te pogodbe in so bili sprejeti s strani obeh pogodbenih partnerjev.

Garancijski rok za vozilo z vgrajenim zračnim vzmetenjem in vso pripadajočo opremo, vključno z izdelavo notranjosti in predelavo/dodelavo zunanjosti (barvanje, rjavenje, vodotesnost) traja …………… (najmanj štiri) leta in prične teči z dnem, ko naročnik podpiše zapisnik o uspešno opravljenem končnem prevzemu vozila z vgrajeno dodatno opremo. Pokrivati mora tudi okvare mehanskih in električnih komponent zaradi konstrukcijskih napak.

Predelave in dodelave na vozilu ne vplivajo na garancijo, ki jo za vozilo daje proizvajalec vozila.

Garancija na ličarske tovarniške napake traja……………..(najmanj 3) leta od dneva registracije.

Garancija na prerjavenje traja…………….(najmanj 10) let od dneva registracije.

Garancijski rok za vso dodatno vgrajeno opremo in dodatno vgrajeno elektronsko opremo traja ………….(najmanj 2) leti in prične teči z dnem, ko naročnik podpiše zapisnik o uspešno opravljenem končnem prevzemu vozila.

Ponudnik se obvezuje tudi, da bo naročniku v času garancije nudil vso podporo v primeru, ko le-ta sam ne bo mogel odpraviti napake na opremi.

Kontaktna oseba ponudnika je …………………..……………...................., telefon:................fax:..........e-mail:...................... Ponudnik je dolžan naročniku takoj sporočiti morebitne spremembe glede kontaktne osebe.

6.2Ponudnik zagotavlja, da bodo vse nadgradnje programske opreme za ponujeno tehnološko opremo, vgrajeno v dva Ka-BAND DSNG vozila, v času garancijskega roka brezplačne za naročnika.

6.3 V času garancije mora ponudnik za vgrajeno opremo zagotavljati odzivni čas 24 ur. Odzivni čas je čas, v katerem mora ponudnik pisno, po elektronski pošti in/ali telefonsko stopiti v stik z naročnikom. Ponudnik pokvarjeno napravo prevzame v popravilo in jo vrne na naslov naročnika RTV Slovenija. Ponudnik mora obvezno kriti stroške prevoza v obeh smereh, tudi za prevoz nadomestne opreme. Rok za popravilo, oziroma odpravo napake ali dostavo nadomestne opreme je največ 10 delovnih dni od prijave naročnika po faksu ali elektronski pošti. V primeru večjih okvar na aparaturah (popravilo daljše od 10 delovnih dni) mora ponudnik zagotoviti za čas servisiranja ustrezno nadomestno aparaturo.

6.4Nepravočasni odziv in/ali neupravičene zamude pri odpravljanju napak in podpori, kot je navedeno v čl. 6.2 in 6.3 te pogodbe, bodo upoštevane kot negativna referenca v bodočih razpisih, kjer bo sodeloval izbrani ponudnik. Naročnik bo štel tri tovrstna dejanja iz prejšnjega stavka kot negativno referenco.

Ponudnik z negativno referenco ne bo smel sodelovati v bodočih razpisih, ki jih bo objavil naročnik, in sicer za dobo treh let od ugotovljene negativne reference. Article 6

67

6.1The 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 warranty of the vehicle with air-suspension and all built-in equipment, including the interiors and processing/finishing exterior (painting, rust, waterproof) must cover a period of …….. (at least 4) years and begins with signing the final acceptance of the vehicle with integrated equipment, by the Contracting Authority. Also it must cover the defects on mechanical and electrical components due to structural failures.

Processing and finishing of the vehicle do not affect the warranty provided by the vehicle giving the vehicle manufacturer.

The warranty on the paintwork of a manufacturing defect lasts for ………….(at least 3) years from the first date of vehicle registration.

The warranty against corrosion failure lasts for ………….(at least 10) years from the first date of vehicle registration.

The warranty period for all additional installed equipment and additional built-in electronic equipment must be equal to or longer than provided by the manufacturer of the equipment or. …………(at least 2) years and it starts to run from the date when the Contracting Authority signs a record of successful completion of final acceptance of the vehicle.

The Bidder is obliged to give the Contracting Authority all the support within the guarantee period, in case he would not be able to eliminate the errors on the equipment.

The contact person: ..............., telephone: ................, fax: ...................., e-mail: ............. All changes regarding the contact person shall be promptly announced to the Contracting Authority.

6.2The Bidder ensures that all the software upgrades for the offered technological equipment, installed in the two Ka-BAND DSNG Vans, will be free of charge for the Contracting Authority within the warranty period.

6.3During the warranty period the Bidder ensures 24 hours response time for the integrated equipment. Response time is the time during which the Bidder must contact the Contracting Authority by mail, e-mail and/or by telephone. The Bidder has to take over the faulty device, repair it and return it to the address of the Contracting Authority of RTV Slovenia. The Bidder has to pay all the costs for transport of the faulty units in both directions as well costs of the transport of replacement equipment. The Bidder has to repair, eliminate the fault/error or deliver the replacement equipment within ten working days after receipt of Contracting Authority’s notification by fax or e-mail. In case of major errors on the devices (repair time longer than 10 working days) the Bidder has to provide for the time of service the suitable replacement equipment.

6.4Unjustified delays at response time and error elimination and support with regard to art. 6.2 and 6.3 of this Contract are going to be considered as negative reference in the future Public Tenders, where the selected Bidder from this Public Tender will participate. The Contracting Authority is going to consider as negative reference if unjustified delays, mentioned in the previous sentence happen more than three times.

The Bidder with negative reference will not be permitted to participate in the future Public Tenders, published by the Contracting Authority, for the period of three years from the date the negative reference has been ascertained.

7. člen

Ponudnik mora homologirano vozilo z vgrajeno zahtevano opremo dobaviti na lokacijo naročnika RTV Slovenija v Ljubljani.

Kosovni prevzem po dobavi DSNG vozila opravi naročnik najkasneje v roku 5 delovnih dni po dobavi vozila z vgrajeno opremo na lokacijo naročnika v Ljubljani.

68

Končni prevzem DSNG vozila opravi naročnik najkasneje v roku 21 delovnih dni po uspešno opravljenem kosovnem prevzemu.

V postopku končnega prevzema bo naročnik ugotovil, ali kompletno vozilo z vso vgrajeno dodatno tehnološko (avdio/video/energetsko) opremo deluje v skladu z v razpisnih pogojih zahtevanimi tehnološkimi in funkcionalnimi lastnostmi. Ob končnem prevzemu opreme je lahko prisoten predstavnik ponudnika.

Vse morebitne nepravilnosti, ugotovljene pri končnem prevzemu opreme, morajo biti odpravljene s strani ponudnika v roku 21 dni, v nasprotnem primeru ima naročnik pravico unovčiti garancijo za dobro izvedbo pogodbenih obveznosti, ponudnik pa mora izdati novo garancijo za dobro izvedbo pogodbenih obveznosti.

Šteje se, da je končni prevzem uspešno opravljen takrat, ko so odpravljene vse morebitno ugotovljene nepravilnosti, ki jih mora naročnik specificirati v pisni obliki.

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

Article 7

The bidder has to deliver the homologated vehicle with installed equipment to the location of the Contract-ing Authority RTV Slovenia in Ljubljana.

The quantity acceptance will be done in 5 working days after the delivery of the DSNG van with installed equipment to the location of RTVSLO in Ljubljana.

The final acceptance of the DSNG vans must be completed by the Contracting Authority within twenty one (21) days after the date of successfully quantitative acceptance.

The Contracting Authority shall determine with the final acceptance whether the equipment is working according to the requested technical and functional requirements in tender documentation. At this final acceptance the representatives of the Bidder can be present.

All eventual incorrectness, ascertained at final acceptance procedure, have to be eliminated by the Bidder within 21 days, after this deadline the Contracting Authority may cash-in a performance guarantee, and the Bidder must submit a new Performance Guarantee.

It is understood that the final acceptance will be completed when all eventual incorrectness are eliminated. The incorrectness is to be specified in writing by the Contracting Authority.

The warranty time starts on the day of signing the final acceptance.

8. člen

Ponudnik se obvezuje, da bo zagotavljal od proizvajalca predvidene rezervne dele za vgrajeno opremo še najmanj pet (5) let po datumu končnega prevzema opreme. Za čas garancije se ponudnik zavezuje, da bo naročniku zagotavljal brezplačne rezervne dele.

Article 8

The Bidder assures the necessary spare parts for the installed equipment at least five (5) years from the date of final acceptance of the equipment. Within the warranty period the Bidder assures the spare parts will be delivered to the Contracting Authority free of charge.

9. člen

Naročnik lahko oporeka kakovosti blaga 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 ni v skladu z zahtevami razpisne dokumentacije ali iz ponudbene dokumentacije, bo naročnik unovčil garancijo za dobro izvedbo pogodbenih obveznosti.

69

Ponudnik odgovarja za skrite napake na dobavljenem blagu. Skrite napake so tiste , ki jih naročnik ni mogel odkriti z običajnim pregledom dobavljenega blaga. 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, this quality of goods 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 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. Hidden errors are those, the Contracting Authority was unable to determine with the commonly performed examination of the delivered goods. 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 v predvidenem roku po ponudnikovi krivdi, razen v primeru višje sile, je ponudnik dolžan plačati naročniku kazen v višini 1 odstotka vrednosti 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.

Če dobava zaostaja po ponudnikovi krivdi za več kot 4 tedne, lahko naročnik prekine pogodbo ali pa določi nov dobavni rok.

Article 10

If the goods are not supplied 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 the next working day after the delivery deadline determined.

If the delivery is delayed due to Bidder’s fault for more than 4 weeks, the Contracting Authority shall have right to terminate the Contact or to determine a new delivery time.

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 competent 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. V primeru že plačanega pogodbenega zneska se ponudnik zavezuje, da vrne naročniku kupnino s pripadajočimi zakonitimi zamudnimi obrestmi.

70

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. If the Contract is terminated due to the events of Force Majeure, the Bidder shall reimburse the paid amount of the Contract value to the Contracting Authority including all relevant interest accrued.

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 (izdane s strani banke ali zav-

arovalnice), brezpogojne, nepreklicne in plačljive na prvi poziv, v višini 10 % pogodbene vrednosti in z veljavnostjo še 6 mesecev po pogodbeno določenem datumu dobave vozila z vgrajeno opremo. Ponudnik je dolžan predložiti garancijo za dobro izvedbo pogodbenih obveznosti najkas-neje 10 dni po podpisu pogodbe.

Article 13

The agreement 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; by Bidder’s presentation of the Performance Guarantee (issued by Bank or Insurance Company),

unconditional, irrevocable, and payable at first call in the amount of 10 % of the Contractual value and valid 6 (six) months after the confirmed delivery date of the vehicle with all the installed equipment. The Bidder must present the Performance Guarantee at the latest 10 days after the signature of the Contract.

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 aneks 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 fix and cannot 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

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 je neuspešno pretekel pogodbeno določen rok, pa ponudnik ni izpolnil pogodbenih obveznosti, če ponudnik ni odpravil ugovarjanih napak oz. odprava napak ni možna,

Ponudnik lahko odpove pogodbo: 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.

71

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 15

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.

16. 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 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 16If 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.

17. člen

72

S strani naročnika je za izvajanje pogodbe odgovoren …. (telefon: +386 1 475 ….), s strani ponudnika pa: …. (telefon: ….).

Article 17

Each party shall nominate representatives, responsible for the realization of the Contract, i.e.: for the Contracting Authority (phone: +386 1 475 ; for the Bidder: _______________ (phone: +___________)

18. člen

Pogodba je sestavljena iz naslednjih delov, ki predstavljajo enovito celoto: Osnovna pogodba s komercialnimi pogoji, Priloga 1 – Ponudbena dokumentacija štev. ............................................................ Priloga 2 – Garancija za dobro izvedbo pogodbenih obveznosti

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

Article 18

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-B0692 THE SIGNATURE AND SEAL OF THE AUTHORIZED REPRESENTATIVES OF THE CONTRACTING AUTHORITY AND BIDDER – CONTRACT No. JN-B0692.

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

NAROČNIK: / PONUDNIK: /CONTRACTING AUTHORITY: BIDDER:

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

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

mag. Marko Filli …………………………………..

Žig / Stamp: Žig / Stamp:

73

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

Beneficiary……………………..

GUARANTEE FOR THE SERIOUSNESS OF BID NO. ________

In accordance with the public procurement, published in the Official Gazette of the Republic of Slovenia, no. ….., dated ………, for purchase of the following goods (services):

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 orb) the Bidder, selected at public selection of bids:- does not fulfil or withdraws from signing a contract in accordance with tender documentationor- does not submit or refuses to submit a Performance Bank Guarantee in accordance with tender documentation.

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 it’s claim states, that it is entitled to demanded amount due to fulfilment of one or two above mentioned events and if the Contradicting 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 and2. 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 31 January, 2016 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)

74

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

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

STATEMENT REGARDING THE PERFORMANCE GUARANTEEFOR PUBLIC TENDER JN-B0692

Should we, ….. (The Bidder) be awarded the Tender of RTV Slovenia, No. JN-B0692 – for the purchase of two Ka-BAND DSNG Vans.

WE DECLARE,

we will supply a Performance Guarantee for 10 % of the contractual value upon Contract signature, 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 will be issued by the first class Bank or Insurance Company and will be irrevocable, unconditional and payable at first call, valid 6 months after the confirmed delivery date of the vehicle with all the installed equipment.

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.

Place and date: Stamp: Signature of the Bidder’sauthorized person

……………………………… ………………………………

75

STATEMENT ON THE FORRWARDING OF DATA IN THE DISCLOSUREOF THE BIDDER’S OWNERSHIP

FOR PUBLIC TENDER JN-B0692

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 is part of the attachment to the tender documentation.

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

……………………………… ………………………………

76

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 OWNERSHIP

FOR PUBLIC TENDER JN-B0692

Data on the BidderCompany 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 residenceShare of ownershipDormant 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

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!

77

(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;

- 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:

78

Radiotelevizija Slovenija, Javni zavod,Commercial Department

e-mail: [email protected]

Fax No..: + 386 1 475 2186

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

EXPLANATION OF THE TENDER DOCUMENTATION NO. JN-B0692

1. Questions:

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

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

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

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

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

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

2. Answers:

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

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

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

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

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

79