101
PROCUREMENT DOCUMENTS PUBLIC TENDER IN ACCORDANCE WITH THE LOW-VALUE PROCEDURE No.

  · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

  • Upload
    buitu

  • View
    216

  • Download
    0

Embed Size (px)

Citation preview

Page 1:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

PROCUREMENT DOCUMENTS

PUBLIC TENDER

IN ACCORDANCE WITH THE LOW-VALUE PROCEDURE

No.

JN-B0815

Page 2:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

PURCHASE OF SYSTEM FOR AUDIO PROCESSING IN SINHRO STUDIO 2 AND S-1

2

Page 3:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

CONTENTS

1. INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER 4

2. INSTRUCTIONS FOR MAKING BIDS 5

2.1. CONTRACTING AUTHORITY OF THE PUBLIC TENDER 5

2.2. LEGAL GROUND 5

2.3. BASIC RULES OF OPERATION 5

3. SUBJECT OF THE PUBLIC PROCUREMENT 6

3.1. GENERAL DESCRIPTION 6

3.2. TECHNICAL REQUIREMENTS 6

3.2.1. General technical requirements 6

3.2.2. Technical specification 7

3.3. General requirements 11

3.3.1. Delivery time 11

3.3.2. Quantitative acceptance 11

3.3.3. System start-up and final acceptance 11

3.3.4. Final acceptance Integration of the system into the working environment 12

3.3.5. Installation of new technology 12

3.3.6. Education 12

3.3.7. Warranty period 12

3.3.8. Maintenance of equipment in warranty and after warranty period 13

3.3.9. Spare parts 13

4. BID DOCUMENTATION 14

4.1. GENERAL CONDITIONS FOR MAKING BID DOCUMENTATION 14

4.1.1. Clarification to the procurement documents 14

4.1.2. Language 14

4.1.3. Marking 14

4.1.4. Contents of a bid 14

4.1.5. Alternative bids and variant bids 143

Page 4:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

4.1.6. Form of a bid 15

4.1.7. Validity of the bids 15

4.2. DOCUMENTS IN THE BIDS 15

4.2.1. Pro-forma Invoice 15

4.2.2. Data on Bidder and bid 16

4.2.3. Form »Declaration on acceptance of the public tender conditions« 16

4.2.4. Specification 16

4.2.5. Statement of capability and eligibility for participation 16

4.2.6. Bank certificate of solvency 16

4.2.7. Warranty conditions of the Bidder 16

4.2.8. Declaration of the Bidder regarding the spare parts 17

4.2.9. Declaration of the Bidder - all the offered equipment is factory-new 17

4.2.10. Declaration of the Bidder regarding the software upgrades 17

4.2.11. Statement of the manufacturer or principal 17

4.2.12. Sample of the contract 17

4.2.13. Declaration, stating the Bidder shall provide a performance guarantee 17

4.2.14. Statement on the forwarding of data in the disclosure of the Bidder's ownership 17

4.2.15. Technical documentation 18

5. CONTRACT AWARD CRITERIA 19

5.1. TWO BIDS WITH EQUAL BEST EVALUATION RESULT 19

6. REVIEW CLAIM 19

6.1. LEGAL BASE AND TERMS FOR SUBMISSION 19

6.2. METHOD OF SUBMITTING THE REVIEW CLAIM 19

7. FORMS19

PRO-FORMA INVOICE – PAGE 1 20

PRO-FORMA INVOICE – PAGE 2 21

DATA ON BIDDER AND BID 22

DECLARATION OF BIDDER’S ACCEPTANCE OF PUBLIC PROCUREMENT CONDITIONS 23

SPECIFICATION 24

STATEMENT OF CAPABILITY AND ELIGIBILITY FOR PARTICIPATION 25

DECLARATION OF THE BIDDER REGARDING THE SPARE PARTS 27

DECLARATION OF THE BIDDER – ALL THE OFFERED EQUIPMENT IS FACTORY NEW 284

Page 5:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

DECLARATION OF THE BIDDER REGARDING THE SOFTWARE UPGRADES 29

STATEMENT OF THE MANUFACTURER 30

STATEMENT OF THE PRINCIPAL 31

SAMPLE CONTRACT 32

STATEMENT REGARDING THE PERFORMANCE GUARANTEE 44

STATEMENT ON THE FORWARDING OF DATA IN THE DISCLOSUREOF THE BIDDER'S OWNERSHIP 45

STATEMENT ON THE PARTICIPATION OF NATURAL AND LEGAL PERSONS IN THE BIDDER'S OWNERSHIP 46

5

Page 6:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

1. INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER

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

purchase of system for audio processing in sinhro studio 2 and S-1.

Bidders must submit their bids in the IT e-JN system at the web address https://ejn.gov.si/eJN2 in accordance with point 3 of the document “Instructions for using the e-JN system for use of the functionalities of electronic submission of tenders in the e-JN system: TENDERERS” (hereinafter: Instructions for using the e-JN), published at the web address:

https://ejn.gov.si/documents/10193/191051/ejn_EO_instructions.pdf .

Before submitting their bids, Bidders must register at the web address https://ejn.gov.si/eJN2 in accordance with the Instructions for using the e-JN. If the Bidder is already registered in the IT e-JN system, they sign in at the same address.

To submit bids, one of the following digital certificates issued by a qualified certifier is required: HALCOM-CA (www.halcom.si), SIGEN-CA (www.sigen-ca.si), POŠTA®CA (postarca.posta.si), AC NLB (www.nlb.si).

A bid is deemed to be submitted on time if the Contracting Authority receives it via the e-JN system https://ejn.gov.si/eJN2 by 3 August, 2018 by 10.00 AM. A bid is deemed submitted if it is marked with the status "SUBMITTED" (“ODDANO”) in the IT e-JN system.

Bidders may withdraw or change their bids by the deadline for submitting bids. If a Bidder withdraws their bid from the IT e-JN system, it is deemed that no bid has been submitted and the Contracting Authority will not see it in the e-JN system. If a Bidder changes their bid in the IT e-JN system, the Contracting Authority sees the last bid submitted.

6

Page 7:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

It is not possible to submit any bid after the expiry of the deadline for the submission of bids.

The page for submitting an e-bid in this e-procurement procedure can be accessed here:

https://ejn.gov.si/ponudba/pages/aktualno/aktualno_javno_narocilo_podrobno.xhtml?zadevaId=1980

Bids shall be opened automatically in the IT e-JN system on 03 August, 2018 and will start at 10.01 AM at the web address https://ejn.gov.si/eJN2.

The opening takes place in the following way: at the hour set for public opening of bids, the IT e-JN system automatically displays data on the Bidder and variants, if requested or allowed, and enables access to the PDF file that the Bidder uploaded in the e-JN system under the „Pro-forma Invoice“ (“Predračun”) section. The public display automatically ends after 60 minutes. The Bidders that submitted bids have these data available in the IT e-JN system under the "Minutes on the bid opening" (“Zapisnik o odpiranju ponudb”) section.

Ljubljana, 27 June, 2018 Commercial Department of

RTV Slovenija

7

Page 8:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

2. INSTRUCTIONS FOR MAKING BIDS

2.1. CONTRACTING AUTHORITY OF THE PUBLIC TENDER

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

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

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

The chosen Bidder must enter into a signed Contract within 8 days after receiving the “Decision on the Award of a Contract”.

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

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

2.2. LEGAL GROUND

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

2.3. BASIC RULES OF OPERATION

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.

8

Page 9:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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

9

Page 10:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

3. SUBJECT OF THE PUBLIC PROCUREMENT

3.1. GENERAL DESCRIPTION

The subject of public procurement (tender) is purchase of control system, audio interface and other equipment to upgrade existing systems for the processing of sound, which is already being used by contracting authority in their recording studios on RTV Slovenia.

3.2. TECHNICAL REQUIREMENTS

3.2.1. General technical requirements

3.2.1.1. Required documentation and instructions

A bidder must attach in the bid all necessary technical documentation (in Slovene and/or English language), which proves the fulfilment of all requested technical requirements from procurement documents. A bidder must attach in the bid operating manual for all offered equipment in Slovene and/or English language. Operating manual could be in PDF format.

Upon delivery of the equipment at least one printed copy of operating manual should be delivered. The chosen bidder also must to apply installation-service manual in the electronic version on CD or USB key.

3.2.1.2. Technical standards

The offered equipment has to operate according to the PAL, HD (1080i at 50 Hz), AES3-2003 and AES11-2003 standards.

All equipment powered by 230V AC must satisfy acts and regulations valid today in the republic of Slovenia 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

10

Page 11:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

3.2.1.3. Rejection of a bid

The bidden equipment must fulfil all general technical requirements as well as all technical requirements and specifications; otherwise the bid will be rejected from further proceeding of Public Tender.

11

Page 12:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

3.2.2. Technical specification

The Contracting Authority buys

- control system with 24 faders,- audio interface (32 MIC/LINE inputs, 8 pairs AES/EBU inputs, 8 LINE outputs, 8 pairs AES/EBU

outputs),- digital workstation with accessories,- Pro Tools components and software

for the needs of Sinhro studio 2 and S-1. All equipment must be compatible with the existing system Pro Tools S6, which is already being used by contracting authority, in order to reduce maintenance and education costs. Control system and audio interface must be a physical extension of the Pro Tools software and must have deep integration with Pro Tools. The whole system must be built on contemporary digital and proven technology and must be offered as a complete solution. The software must be able to be used indefinitely.

The purchase of an additional digital workstation with accessories is required as OPTION 1, the purchase of an additional audio interface (8 MIC/LINE inputs, 8 pairs AES/EBU inputs, 8 LINE outputs, 8 pairs AES/EBU outputs) is required as OPTION 2.

The purchase of hardware components and software package Pro Tools for Sinhro studio 2 as follows:

The bidder must specify in the specification all modules and other parts from which the individual components are assembled.

No. Description Suggested model or equivalent

Pcs.

1 DSP PCIe card:

- Pro Tools Ultimate software integrated- up to 256 audio tracks- extension to 128 inputs and outputs- up to 192 kHz, 32-bit floating point resolution

Pro Tools HDX Core

card with integrated

software package Pro

Tools / Ultimate

1

2 Additional DSP PCIe card:

- Pro Tools Ultimate software compatible- up to 256 audio tracks- extension to 128 inputs and outputs- up to 192 kHz, 32-bit floating point resolution

Pro Tools HDX Core

card

1

3 Sync unit: SYNC HD 1

12

Page 13:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

- sync input: Word Clock, HD and SD Video Reference, AES/EBU, Composite Video In, LTC

- timecode frame rate: 30, 29.97, 25 and 24 fps- timecode (hours : minutes : seconds : frames)

present on the multifunction LED display

4 Capture and playback PCIe video card:

- Pro Tools compatible- 12G-SDI capture- playback for SD, HD, Ultra HD, 4K, 8K- Supported Codecs: AVC-Intra, AVCHD,

MPEG2, DNxHR, DNxHD, Proxy - video inputs/outputs: 4 x bi-directional 12Gb/s

SD/HD/2K/4K/8K- sync input: Tri-Level Sync or Black Burst

BMD DeckLink 8K Pro

video card

1

5 USB Keyboard for Pro Tools:

- color-coded- MacOS compatible

Pro Tools MacOS

Custom Keyboard

1

6 Loudness Meter:

- USB Connection for Plug-In Metering- stereo and 5.1 audio meter- compliant with EBU R128- included LM6 Loudness Radar Meter

TC Electronic Clarity M,

Desktop Avdio meter +

Breakout cable

1

7 Audio interface - base unit:

- 19” rack mounting possibility- at least 64 audio channels in one box- dual power supplies for redundancy- microphone inputs, analog line inputs, analog

line outputs, AES/EBU inputs, AES/EBU outputs, Dante, MADI

- monitoring and talkback control- 8 pairs AES/EBU inputs and outputs- sync input: Word Clock, AES11, video black

burst

Pro Tools I MTRX base unit with Dante, MADI and Pro/Mon

1

8 32-channel analog mic/line inputs:

- 24 bit PCM resolution- up to 192 kHz sampling rate- more than 123 dB (A) dynamic range

Pro Tools I MTRX 8 Mic/Line Pristine AD card 4

9 8-channel analog line outputs:

- output level adjustable from -60 dBu to +24 dBu in steps of 0.1 dB

- more than 128 dB (A) dynamic range

Pro Tools I MTRX 8 Pristine DA card

1

10 Plug-in for sound restoration and processing:

- audio repair tools- audio analysis and metering tools- loudness report tools- Pro Tools and MacOS compatible

Izotope RX Post

Production Suite 2

1

11 Plug-in for automatic alignment of one audio signal to Synchroarts VocAlign 1

13

Page 14:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

another:

- for voice, musical instruments and sound effects

- Pro Tools and MacOS compatible

Project 3

12 Plug-in for vocal tuning:

- notes and tempo identifying- multitrack note editing- Pro Tools and MacOS compatible.

Celemony Melodyne 4

Essential

1

13 Plug-in for sound processing, like walkie talkies, transistor radios, cell phones,… It must be Pro Tools and MacOS compatible.

AudioEase

Speakerphone

1

14 Plug-in for processing of sound:

- simulation of different indoor and outdoor spaces

- completely programmable- Pro Tools and MacOS compatible

AudioEase Altiverb XL 1

15 Space simulation plug-in:

- simulation of sound behavior in different spaces, like garage, restaurant, empty house, storage room,…

- based on impulse response- Pro Tools and MacOS compatible

AudioEase Indoor 1

16 Collection of the finest reverb plug-ins for sound recording, like Vintage Plate, Plate, Hall, Room, Concert Hall,… It must be Pro Tools and MacOS compatible.

Lexicon PCM Native

Reverb Plug-in Bundle

1

17 Collection of different plug-ins for sound design, like Doppler, DeEsser,… It must be Pro Tools and MacOS compatible.

Waves Platinum Plug-in

Bundle

1

18 Plug-in for audio restoration and noise suppression on the highest possible quality level, from post-production to audio restoration of archive material. It must be Pro Tools and MacOS compatible.

Cedar Studio 7 1

19 Control system:

- fast and efficient work with Pro Tools software must be enabled

- it must have at least 24 motorized faders- above each fader there must be at least four

knobs for editing audio signal or changing plug-in parameters; at least 96 knobs in total

- a possibility to assign different functions (dynamics, EQ,…) must be enabled on each knob

- it must have keys for audio recording and playing (REC, PLAY)

- it must have audio monitoring control (stereo, 5.1, 7.1)

- surround sound control with joystick must be enabled

- at least two external machines must be

Avid S6 M10 1

14

Page 15:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

controled with GPIO- in the middle of control system there must be

enough empty surface (width at least 60 cm) for keyboard, graphic tablet and mouse

The purchase of hardware components and software package Pro Tools for S-1 as follows:

No. Description Suggested model or equivalent

Pcs.

20 DSP PCIe card:

- Pro Tools Ultimate software integrated- up to 256 audio tracks- extension to 128 inputs and outputs- up to 192 kHz, 32-bit floating point resolution

Pro Tools HDX Core

card with integrated

software package Pro

Tools / Ultimate

1

21 USB Keyboard for Pro Tools:

- color-coded- MacOS compatible

Pro Tools MacOS

Custom Keyboard

1

22 Collection of different plug-ins for creative sound design, mastering and audio restoration, like EQ, reverb, compressors and limiters, noise reduction, surround processors. It must be Pro Tools and MacOS compatible.

Waves Mercury Plug-in

Bundle

1

The purchase of a d igital workstation with accessories for Sinhro studio 2 as follows:

The Contracting Authority decided to use MacOS graphical operating systems platform as software operating system for Pro Tools DAW. According to the manufacturer's official recommendations and requests we need the following hardware equipment as follows:

No. Description Pcs.

23 Digital Workstation Mac Pro 6,1 consists of: 1

15

Page 16:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

CPU: Intel Xeon E5, 8-Core, 3.0 GHz (late 2013) 1

RAM: 64GB DDR3 ECC 1

System disk: 500GB PCIe SSD 1

Disk: 1TB SATA III SSD 2

MacOS High Sierra 10.13.3 1

Rackmount enclosure (19'') for Mac Pro 6,1, including expansion modules for 3 PCIe cards and required SSD disks

1

Thunderbolt 2 to Female DVI cable adapter 2

Wacom Intuos S Graphic Tablet with Pen 1

USB Mouse and Keyboard 1

OPTION 1 - Purchase of an additional digital workstation with accessories

The Contracting Authority decided to use MacOS graphical operating systems platform as software operating system for Pro Tools DAW. According to the manufacturer's official recommendations and requests we need the following hardware equipment as follows:

No. Description Pcs.

24 Digital Workstation Mac Pro 6,1 consists of: 1

CPU: Intel Xeon E5, 8-Core, 3.0 GHz (late 2013) 1

RAM: 64GB DDR3 ECC 1

System disk: 500GB PCIe SSD 1

Disk: 1TB SATA III SSD 2

MacOS High Sierra 10.13.3 1

Rackmount enclosure (19'') for Mac Pro 6,1, including expansion modules for 3 PCIe cards and required SSD disks

1

16

Page 17:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Thunderbolt 2 to Female DVI cable adapter 2

USB Mouse and Keyboard 1

OPTION 2 – Purchase of an additional audio interface

The Contracting Authority buys an audio interface to upgrade existing system for the processing of sound Pro Tools S6, which is already being used by contracting authority. The bidder must specify in the specification all modules and other parts from which the individual components are assembled.

No. Description Suggested model or equivalent

Pcs.

25 Audio interface base unit:

- 19” rack mounting possibility- at least 64 audio channels in one box- dual power supplies for redundancy- microphone inputs, analog line inputs, analog

line outputs, AES/EBU inputs, AES/EBU outputs, Dante, MADI

- monitoring and talkback control- 8 pairs AES/EBU inputs and outputs- sync input: Word Clock, AES11, video black

burst

Pro Tools I MTRX base unit with Dante, MADI and Pro/Mon

1

26 8-channel analog mic/line inputs:

- 24 bit PCM resolution- up to 192 kHz sampling rate- more than 123 dB (A) dynamic range

Pro Tools I MTRX 8 Mic/Line Pristine AD card 1

27 8-channel analog line outputs:

- output level adjustable from -60 dBu to +24 dBu in steps of 0.1 dB

- more than 128 dB (A) dynamic range

Pro Tools I MTRX 8 Pristine DA card

1

3.3. GENERAL REQUIREMENTS

17

Page 18:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

3.3.1. Delivery time

The Contracting Authority requires delivery of the equipment within 30 days after the beginning of the contract validity.

3.3.2. Quantitative acceptance

The quantitative acceptance will be done in the warehouse of the RTV Slovenija, Čufarjeva 6, 1000 Ljubljana. During this acceptance a representative of the Bidder may be present. The Contracting Authority will notify the Bidder about the date of the quantitative acceptance. The quantitative acceptance must be finished in seven (7) workdays after receipt of equipment in the warehouse RTV Slovenija.

All eventual incorrectness, ascertained at quantitative acceptance procedure, are to be eliminated by the Bidder within 14 days.

After the quantitative acceptance is successfully carried out, the protocol will be issued. It is understood that the quantitative acceptance will be completed when all eventual incorrectness are eliminated. The incorrectness are to be specified in writing by the Contracting Authority.

3.3.3. System start-up and final acceptance

The final acceptance for the complete system of Pro Tools, audio interface and control system (including software installation) will be done by the Contracting Authority and by the Bidder of the equipment. The Bidder must have technically qualified staff.

At the final acceptance and start-up, the following characteristics will be observed:

- the quality of the supplied and installed parts- the applicability of the system- how stable the system is when operational- the abolishment of eventual system errors

The final acceptance of the equipment must be completed within 60 days after the quantitative acceptance date.

18

Page 19:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

All eventual incorrectness, ascertained at final acceptance procedure, is to be eliminated by the Bidder within fourteen (14) days. After this time limit the Contracting Authority may cash-in a performance guarantee.

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

After the final acceptance is successfully done, the Protocol shall be issued and signed by the Contacting Authority. The guarantee period shall start with the date the Contracting Authority has signed the Protocol of the final acceptance.

3.3.4. Final acceptance Integration of the system into the working environment

- Installation of components- Installation of computer operation system- Installation of complete Pro Tools software and control system with all set up adjustments- Testing and commissioning

Bidder must provide at least one skilled specialist who will do installation and integration on site. Contract Authority must have possibility to request to change specialist upon non- skilled person or request additional skilled specialist.

All travelling expenses (hotel accommodation, flight, transportation and subsistence costs for the supplier of specialist who will be involved) as well as other expenses regarding installation and integration must be included in the bid.

Installation and integration must be started at the latest within fourteen (14) days after the quantitative acceptance of the equipment and must last two (2) working days.

3.3.5. Installation of new technology

The system installation and installation of the cables which connects inputs/outputs are the responsibility of the buyer.

19

Page 20:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

3.3.6. Education

After the delivery of the equipment and upon agreement with the Contracting Authority, the Bidder must provide operational and maintenance course and equipment start-up.

All travelling expenses (hotel accommodation, flight, transportation and daily allowances for the bidder’s specialist, who will run the training) as well as other expenses regarding final acceptance, operational and service training must be included in the bid.

The operational and service training must be performed on the installed system in the premises of the Contracting Authority and upon agreement with the Contracting Authority and must last two (2) working days. Similar equipment is already being used in other studios, so the duration of this training, including final acceptance, shall be two working days.

3.3.7. Warranty period

The minimum warranty period for Pro Tools, audio interface, control system, digital workstation and for equipment, required as OPTION 1 (additional digital workstation with accessories) and OPTION 2 (additional audio interface), shall be at least 24 (twenty-four) months from the date of successful completion of the final acceptance of the equipment.

 

During the warranty period, the Bidder must supply the subscriber with the software upgrades free of charge for the offered equipment, which eliminates possible software defects or upgrades that do not significantly increase the functionality.

 

Repair and upgrade of the software must be enabled via a network connection to the Internet.

20

Page 21:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

3.3.8. Maintenance of equipment in warranty and after warranty period

During warranty period (24 months after successful final acceptance) free of charge system maintenance for Pro Tools, audio interface, digital workstation and control system is required with technical support and eventual software upgrades.

The Bidder must specify the contact data of technical support for users (location of technical support and data of persons for technical support at repairing faults).

The Bidder must enclose his own Statement with detailed information on warranty and the after warranty service support for the system, wherein the following must be evident: address of European service for offered equipment, Contact person, phone and fax no., the time period when the error will be eliminated or the bidder will provide substitute equivalent equipment.

The Bidder must in his own Statement guaranty:

In warranty period: sending of spare module (at the Bidder’s expense), by fast delivery post in time of 48 hours during working days. The request of Contracting Authority will be send by e-mail or fax message. The Contracting Authority will return broken module (at the Bidder’s expense) after receiving the spare one.

In after warranty period (up to 5 years after final acceptance): sending of spare module by fast delivery post in time of 48 hours during working days. The request of Contracting Authority will be send by e-mail or fax message. The Contracting Authority will return broken module after receiving the spare one.

3.3.9. Spare parts

The Bidder has to guarantee the availability of the spare parts for the bidden equipment for the period of at least five (5) years after the final acceptance of the equipment, according to the official spare parts price list.

21

Page 22:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

4. BID DOCUMENTATION

4.1. GENERAL CONDITIONS FOR MAKING BID DOCUMENTATION

4.1.1. Clarification to the procurement documents

Bidders may request explanation on the procurement documents or ask any other question in relation to the public tender only through the Public procurement portal (Portal javnih naročil) www.enarocanje.si at the publication of the relevant public tender; at the latest by 25 July, 2018 by 10.00 AM.

The Contracting Authority shall not answer any requests for explanation or other questions in relation to the tender sent after this deadline.

In accordance with Article 67 of the ZJN-3, the Contracting Authority may change or supplement the procurement documents. Any such changes and supplements shall be issued in the form of Changes to the procurement documents published on the same web page as the initial procurement documents. Any Changes become part of the procurement documents.

Part of the procurement documents shall also be questions and answers published on the Public procurement portal.

4.1.2. Language

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

4.1.3. Marking

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

22

Page 23:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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 bid

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

4.1.5. Alternative bids and variant bids

Alternative bids and variant bids are not allowed.

23

Page 24:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

4.1.6. Form of a bid

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

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

4.1.7. Validity of the bids

Bids must be valid till 31 October, 2018, 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

Bidder upload the Pro-forma Invoice (requested in point 4.2.1) in the IT e-JN system in a .pdf file under the section "Pro-forma Invoice" (»Predračun«), which will be accessible at the public opening of bids.

Bidder must also submit other documents (requested in points 4.2.2 to 4.2.15).

Bidder must scan all the bid documents and submit them in the PDF form in their e-bid. Before that, the forms, where requested, must be completed, signed and stamped.

24

Page 25:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

The bid documentation must contain the following documents:

4.2.1. Pro-forma Invoice

Prices:

Prices must be expressed in EUR, on DDP Ljubljana basis, delivered to the warehouse of the Contracting Authority, Čufarjeva Street 6, Ljubljana (in accord. with INCOTERMS 2010); with included discounts and without VAT.

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

Payment conditions:

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

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

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

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

25

Page 26:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Delivery time:

The Contracting Authority requires the delivery of the equipment at the latest within 30 days after the beginning of the contract validity. Partial deliveries are not allowed.

Optional offer 1 and 2:

The Bidders have to offer separately from the basic offer also the values of the optional offer 1 and 2, according to the requirements in chapters 3.2.2 of the procurement documents. Optional offer must be binding. In case the Bidder does not offer option, such bid shall be eliminated from the further process of public procurement.

The value of the Optional offer 1 and 2 is not included in the anticipated value of this public tender.

The price for bidden option is fixed for one year after the beginning of the Contract JN-B0815 validity.

In case the Contracting Authority decides for the Optional Offer 1 and/or 2 already at the Decision on the award of a Contract (subject to available financial resources and actual needs), the contractual parties shall include it in the basic Contract. In case the Contracting Authority decides for the option 1 and/or 2 later (in the period of one year from the beginning of the Basic Contract validity), the contractual parties shall conclude an Annex to the Contract JN-B0815, according to the Optional offer, that will be enclosed to this Contract. The Annex must be signed and duly stamped by the authorized representatives of both Parties.

4.2.2. Data on Bidder and bid

4.2.3. Form »Declaration on acceptance of the public tender conditions«

4.2.4. Specification

The Bidder must enclose the detailed breakdown of prices according to the separate items in the Pro-forma Invoice, i.e. separately for basic and both optional offers.

4.2.5. Statement of capability and eligibility for participation

26

Page 27:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

4.2.6. Bank certificate of solvency

The Bidder must enclose Bank Certificate of solvency, showing the Bidder’s accounts have not been blocked (outstanding due obligations) for more than 5 days in the last 6 months (all accounts together). 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 Contracting Authority reserves the right to ask the Bidder to submit the original of the document for verification.

4.2.7. Warranty conditions of the Bidder

The required warranty period for all equipment in BASIC OFFER, OPTION 1 and OPTION 2 is at least 24 (twenty-four) months from the date of successful completion of the final acceptance of the equipment.

 

The Bidder must enclose his own statement with detailed information on Warranty maintenance of the equipment and after warranty period, according to the requirements in items 3.3.7 and 3.3.8 of the procurement documents.

27

Page 28:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

4.2.8. Declaration of the Bidder regarding the spare parts

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

4.2.10. Declaration of the Bidder regarding the software upgrades

4.2.11. Statement of the manufacturer or principal

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

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

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

The Contracting Authority reserves the right to ask the Bidder to submit the original of the document for verification.

4.2.12. 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 .

4.2.13. 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

28

Page 29:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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,

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

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

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

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

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

Explanation:

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

29

Page 30:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

4.2.15. Technical documentation

The Bidder must enclose all relevant documentation, wherein it must be unambiguously evident that the bidden equipment fulfils all the technical requirements and conditions, specified in chapter 3 of tender documentation.

30

Page 31:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

5. CONTRACT AWARD CRITERIA

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

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

the sum of the estimated basic offer and both optional offers

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

the sum of the lowest basic offer and both optional offers

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

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

5.1. TWO BIDS WITH EQUAL BEST EVALUATION RESULTIn case two or more Bidders have at the end of the evaluation equal highest number of points, the Contracting Authority shall choose the Bidder that shall offer longer warranty period. Should the bid can not be chosen anyway, the next criterion is shorter delivery date.

6. REVIEW CLAIM

6.1. LEGAL BASE AND TERMS FOR SUBMISSIONPursuant to the Act on the Review of Public Procurement Procedures (ZPVPJN - Official Gazette of the Republic of Slovenia No. 43/2011, ZPVPJN-A - Official Gazette of the Republic of Slovenia No. 63/2013, ZPVPJN-B - Official Gazette of the Republic of Slovenia No. 60/2017) 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.

31

Page 32:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

6.2. METHOD OF SUBMITTING THE REVIEW CLAIMThe 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 2.000,00 to the adequate account at the Ministry in charge of finance. The account no. is: SI56 0110 0100 0358 802, reference:11 16110-7111290-XXXXXXLL (marks X represent the number of the public tender publication, marks L represent the year of public tender publication). The review claim may refer to the content of the publication, invitation to tender or procurement documents of the subject tender.

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.

32

Page 33:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Bidder: …………………………………..

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

PRO-FORMA INVOICE – PAGE 1

FOR PUBLIC TENDER JN-B0815

BASIC OFFER – Purchase of system for audio processing in Sinhro studio 2 and S-1

Item Description Value in EUR without VAT

01 Total price offered equipment, according to the requirements in item 3 of the procurement documentation

02 Installation of the software into the system environment of the user

(2 days)*

03 Final acceptance, operational and service training on installed system at the RTV Slovenia location (2 days)**

04 TOTAL VALUE OF THE BASIC OFFER

DDP Ljubljana basis, delivered to the warehouse of the Contracting Authority, Čufarjeva Street 6, Ljubljana (according to INCOTERMS 2010); without VAT

* The Bidder enters all the costs of the installation of the software into the system environment of the user, according to the requiremnts in intem 3.3.4 tender documentation

** The Bidder enters all the costs of acceptance, operational and service training, according to the requiremnts in intem 3.3.6 tender documentation

Payment conditions:

33

Page 34:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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

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

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

Delivery date: ……………………

Warranty period: ……………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

34

Page 35:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Bidder: ………………………………

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

PRO-FORMA INVOICE – PAGE 2

FOR PUBLIC TENDER JN-B0815

OPTIONAL OFFER 1 – Purchase of an additional digital workstation with accessories – OPTION 1

Item Description

Value in EUR without VAT,

DDP Ljubljana basis

01 Value of the OPTION 1 in accordance with the requirements in item 3.2.2 of the procurement documentation

Payment conditions:

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

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

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

Delivery date:……………………

Warranty period:……………………

OPTIONAL OFFER 2 – Purchase of an additional audio interface – OPTION 2

Item Description

Value in EUR without VAT,

DDP Ljubljana basis

35

Page 36:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

01 Value of the OPTION 2 in accordance with the requirements in item 3.2.2 of the procurement documentation

Payment conditions:

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

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

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

Delivery date:……………………….

Warranty period:……………………

Remark:

Value of the optional offer is not included in the estimated value of this pubic procurement.

The bidden price of Option 1 and 2 is fixed still one year from the beginning of the validity of the Contract JN-B0815.

In case the Contracting Authority decides for the Option 1 and/or 2 already at the Decision on the award of a Contract ( subject to available financial resources and actual needs), the contractual parties shall include it into the basic Contract. In case the Contracting Authority decides for the Option 1 and/or 2 later (in the period of one year from the beginning of the Basic Contract validity), the contractual parties shall conclude an Annex to the Contract JN-B0815, according to the Optional offer 1 or 2.

Place and date: Stamp: Bidder's official

representative or authorized person

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

36

Page 37:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

DATA ON BIDDER AND BID

FOR PUBLIC TENDER – JN-B0815

Purchase of system for audio processing in sinhro studio 2 and S-1

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

BID NO.:

COMPANY NAME / NAME OF THE BIDDER:

LEGAL STATUS OF THE BIDDER:

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

YES NO

ADDRESS OF THE BIDDER:

NUMBER OF (BUSINESS) ACCOUNT -

IBAN, SWIFT:

BANK’S ADDRESS:

CONTACT PERSON RESPONSIBLE FOR A BID:

37

Page 38:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

E-MAIL OF CONTACT PERSON, PHONE AND FAX:

ID VAT NO. OF A BIDDER.:

COMPANY REGISTRATION NO. OF A BIDDER.:

PERSON RESPONSIBLE FOR SIGNING

A CONTRACT:

FUNCTION OF PERSON RESPONSIBLE FOR SIGNING A CONTRACT:

Validity of the bid: …………………………………. (at least till 31. 10. 2018)

Place and date: Stamp: Bidder's official

representative or authorized person

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

38

Page 39:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

DECLARATION OF BIDDER’S ACCEPTANCE OF PUBLIC PROCUREMENT CONDITIONS

FOR PUBLIC TENDER JN-B0815

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 procurement documents for the submission of our bid on the published tender for purchase of system for audio processing in sinhro studio 2 and S-1.

We hereby state under criminal and material liability that the data and documents submitted in the bid documentation are true and that the documents attached match the originals. We assume full responsibility for the data submitted and their authenticity.

39

Page 40:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Place and date: Stamp: Bidder's official

representative or authorized person

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

40

Page 41:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

SPECIFICATION

FOR PUBLIC TENDER JN-B0815

The Bidder must enclose the detailed breakdown of prices according to the separate items of the pro-forma invoic, i.e.:

- separately for the basic offer and - separately for each optional offer.

41

Page 42:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Place and date: Stamp: Bidder's official

representative or authorized person

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

42

Page 43:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Bidder: ………………………………………………………………

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

STATEMENT OF CAPABILITY AND ELIGIBILITY FOR PARTICIPATION

FOR PUBLIC TENDER JN-B0815

We make all the statements listed below under criminal and material liability:

1. The economic operator or any individual person, who is a member of its administrative, management or supervisory body of the said economic operator, or is authorised to represent it, decide on its behalf or supervise it, has not been issued a final judgement with the elements of the following criminal offences, as defined in the Criminal Code (Official Gazette of the Republic of Slovenia no. 50/12- official consolidated text and 54/15; hereinafter: the KZ-1) and as indicated in the first paragraph of Article 75 of the ZJN-3, as follows:

– Terrorism (Article 108 of the KZ-1),

– Financing of Terrorist Activities (Article 109 of the KZ-1),

– Incitement and Public Glorification of Terrorist Activities (Article 110 of the KZ-1),

– Conscripting and Training for Terrorist Activities (Article 111 of the KZ-1),

– Enslavement (Article 112 of the KZ-1),

– Trafficking in Human Beings (Article 113 of the KZ-1),

– Acceptance of Bribe during the Election or Ballot (Article 157 of the KZ-1),

– Violation of Fundamental Rights of Employees (Article 196 of the KZ-1),

– Fraud (Article 211 of the KZ-1),

– Abuse of a Position of Monopoly (Article 225 of the KZ-1),

– False Bankruptcy by Fraud or Business Negligence (Article 226 of the KZ-1),

– Defrauding 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),

43

Page 44:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

– 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),

– Counterfeiting and Use of Counterfeit Stamps of Value or Securities (Article 244 of the KZ-1),

– Money Laundering (Article 245 of the KZ-1),

– Presentation of Bad Cheques and Abuse of Bank or Credit Cards (Article 246 of the KZ-1),

– Use of a Counterfeit Bank, Credit, or Other Card (Article 247 of the KZ-1),

– Fabrication, Acquisition and Disposal 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),

– Abuse of Office or Official Duties (Article 257 of the KZ-1),

– Abuse of Public Property (Article 257.a 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).

2. We meet the obligations related to taxes and other monetary non-fiscal obligations pursuant to the law regulating of the financial administration, collected by the tax authority in line with the provisions of the country in which we have our registered office or in Member State of the Contracting Authority and we have no outstanding liabilities as at the day of submitting the bid worth EUR 50 or more. As at the day of submitting the bid, we have obtained all accounts of tax deductions for the incomes arising from employment relationships for the period of the last five years.

3. On the deadline for the submission of bids we are not excluded from the public award procedures due to being included in the record of entities with negative references, as defined in Article 110 of the ZJN-3.

44

Page 45:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

4. In the last three years prior to the expiry of the deadline for submitting the bids, we have not been fined twice for an offence related to the payment for work with a final decision of the competent authority of the Republic of Slovenia or another Member State or a third country.

5. We meet all the applicable obligations in the area of environmental, social and labour law, laid down in the European Union law, provisions applicable in the Republic of Slovenia, collective agreements or provisions of international environmental, social and labour law.

6. No procedure had been initiated against us due to insolvency or compulsory dissolution under the law regulating the insolvency or compulsory dissolution procedures, or liquidation under the law, regulating companies; our assets or business are not managed by a receiver or court; our business activities have not been suspended; no procedure has been initiated against us under the provisions of another country and no situation has arisen with the same legal consequences.

7. Our company is not undergoing bankruptcy proceedings nor it was suggested to start the bankruptcy proceedings and court on this proposal has not yet decided.

8. We have not committed a severe violation of professional rules that would undermine our integrity.

9. Our company or a company related to us has not been direct or indirect involved in the preparation of this public procurement procedure.

10. Past public contracts signed with the Contracting Authority did not involve significant or constant deficiencies in the fulfilment of key obligations, due to which the Contracting Authority would early terminate the order or contract or claim damage compensation or enforce other comparable sanctions.

11. We have a valid registration and all the necessary licences issued by the competent authorities for performing the activity that is the subject matter hereof.

12. Our company is reliable, capable of management, has sufficient legal and financial capacities and technical and expert capacities to perform the public tender in question.

13. We have settled all our obligations to RTV Slovenija and there are no pending actions between us and RTV Slovenija.

We hereby agree that the Contracting Authority can exclude our bid should it be established that we have violated any of the above claims.

We hereby declare that we will submit the relevant evidence relating to the claims made in this statements, at the Contracting Authority’s request, and agree that the Contracting Authority may obtain the information on the fulfilment of criteria from the public records, where possible.

Place and date: Stamp: Bidder's official

45

Page 46:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

representative or authorized person

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

46

Page 47:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Bidder: ………………………………………………………………

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

DECLARATION OF THE BIDDER REGARDING THE SPARE PARTS

FOR PUBLIC TENDER JN-B0815

We herewith declare under criminal and material liability, that we going to within at least five (5) years from the date of final acceptance of the equipment, bidden under the public tender JN-B0815:

assure the necessary spare parts, foreseen from the manufacturer;

Within the warranty period the spare parts will be free of charge for the Contracting Authority.

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

47

Page 48:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Place and date: Stamp: Bidder's official

representative or authorized person

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

48

Page 49:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Bidder: ………………………………………………………………

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

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

FOR PUBLIC TENDER JN-B0815

We herewith declare, under criminal and material liability, that all the equipment, bidden under the Public Tender JN-B0815, is factory-new.

Place and date: Stamp: Bidder's official

representative or authorized person

49

Page 50:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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

50

Page 51:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Bidder: ………………………………………………………………..

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

DECLARATION OF THE BIDDER REGARDING THE SOFTWARE UPGRADES

FOR PUBLIC TENDER JN-B0815

We herewith declare, under criminal and material liability, that within the warranty period for the bidden equipment, all the software upgrades, which eliminates possible software defects or upgrades that do not significatnty increase the functionality, shall be free of charge for the Contracting Authority.

Repair and upgrade of the software must be enabled via a network connection to the Internet.

Place and date: Stamp: Bidder's official 51

Page 52:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

representative or authorized person

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

52

Page 53:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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

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

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

STATEMENT OF THE MANUFACTURER

FOR PUBLIC TENDER JN-B0815

We, ………………………………………. (The Manufacturer of the equipment) confirm, that we are acquainted with the contents of Public Tender JN-B0815 (Purchase of system for audio processing in sinhro studio 2 and S-1), to which ………………………………………..…… (The Bidder) is going to submit his bid, with the Pro-forma Invoice no.: ………

WE DECLARE, that …………….………… (the Bidder) has full access to the spare parts and replacement equipment for the bidden equipment, according to the requirements from the procurement documents no. JN-B0815.

Place and date: Stamp: Manufacturer's official

representative or authorized person

53

Page 54:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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

54

Page 55:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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

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

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

STATEMENT OF THE PRINCIPAL

FOR PUBLIC TENDER JN-B0815

We, ……………………………………………… (The Principal of the equipment) confirm, that we are acquainted with the contents of Public Tender JN-B0815 (Purchase of system for audio processing in sinhro studio 2 and S-1), to which ………………………………..…… (The Bidder) is going to submit his bid, with the Pro-forma Invoice no.: ………

WE DECLARE, that …………………………………….…… (The Bidder) has full access to the spare parts and replacement equipment for the bidden equipment, through our firm, according to the requirements from the procurement documents no. JN-B0815.

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

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

55

Page 56:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Place and date: Stamp: Principal's official

representative or authorized person

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

56

Page 57:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

SAMPLE CONTRACT

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

POGODBA ŠT./ CONTRACTNO.

JN-B0815

Nakup Sistema za obdelavo zvoka v sinhro studiu 2 in S-1

Purchase of system for audio processing in sinhro studio 2 and S-1

Sklenjena med:

Concluded between:

Radiotelevizija Slovenija, Javni zavod

Kolodvorska 2

1550 Ljubljana

Slovenia

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

Matična štev. / Corporate registry No.:5056497

ki ga zastopa generalni direktor Igor Kadunc

represented by Mr Igor Kadunc, the Director General

(v nadaljevanju teksta “NAROČNIK”)

57

Page 58:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

(hereinafter referred to as “CONTRACTING AUTHORITY”)

in / and

……………………………………

……………………………………

……………………………………

……………………………………

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

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

ki ga zastopa …………………………………………………..

represented by …………………………………………………

(v nadaljevanju teksta “PONUDNIK”)

(hereinafter referred to as “BIDDER”)

58

Page 59:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

1. člen

Pogodbeni stranki ugotavljata, da je naročnik izvedel postopek oddaje javnega naročila na osnovi 47. člena Zakona o javnem naročanju – ZJN-3(Ur. list RS, št.: 91/2015) za nakup sistema za obdelavo zvoka v sinhro studiu 2 in S-1.

Ponudnik je bil izbran kot najugodnejši ponudnik, na osnovi javnega naročila, objavljenega na portalu javnih naročil RS dne ….., pod oznako …………

Article 1

The Parties agree that the Contracting Authority carried out the procedure related to the submission of Public Procurement based on Article 47 of the Public Procurement Act-ZJN-3 (Official Gazette of the Republic of Slovenia, No. 91/2015) for the purchase of system for audio processing in sinhro studio 2 and S-1.

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

2. člen

S to pogodbo se pogodbeni stranki dogovorita o splošnih in posebnih pogojih izvedbe javnega naročila. Sestavni del te pogodbe so pogoji, določeni z dokumentacijo v zvezi z oddajo javnega naročila štev. JN-B0815, sprejeti in navedeni v ponudbeni dokumentaciji .............. z dne …….. ki predstavlja Prilogo 1 te pogodbe.

Article 2

The Parties agree on general and special conditions related to the realization of the Public Tender. All conditions determined by the procurement documents no. JN-B0815, adopted and specified in the Bid documentation …… dated …shall constitute an integral part of this Contract as Enclosure 1.

3. člen

3.1

Končna vrednost nakupa sistema za obdelavo zvoka v sinhro studiu 2 in S-1 znaša:

59

Page 60:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

EUR …………………………. DDP Ljubljana, dostavljeno v skladišče naročnika, Čufarjeva ul. 6,

Ljubljana (skladno z INCOTERMS 2010); brez DDV

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

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

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

3.2

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

Naročnik bo navedeni znesek plačal na račun ponudnika štev.:.......................................pri banki: ...........................................................; v skladu z naslednjimi plačilnimi pogoji:

80 % - v roku 30 dni po kosovnem prevzemu dobavljene opreme na lokaciji naročnika in prejemu utreznega računa;

20 % - v 30 dneh od dneva uspešno opravljenega končnega prevzema opreme in predložitvi zapisnika, podpisanega s strani naročnika;

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

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

Article 3

3.1.60

Page 61:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

The total contractual value for purchase of system for audio processing in sinhro studio 2 and S-1 amounts to:

EUR …………………… DDP Ljubljana, delivered to the warehouse of the Contracting Authority,

Čufarjeva Street 6, Ljubljana (according to INCOTERMS 2010); without VAT

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

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

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

3.2.

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

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

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

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

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

4. člen

61

Page 62:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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

Article 4

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

5. člen

Ponudnik bo opremo (blago) dobavil v skladišče naročnika najkasneje v roku …. dni od dneva pričetka veljavnosti te pogodbe. Po tem roku naročnik lahko unovči garancijo za dobro izvedbo pogodbenih obveznosti. Delne dobave niso dovoljene.

62

Page 63:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Article 5

The Bidder shall supply the equipment (goods) within ….days after the Contract validity date. After this delivery deadline the Contracting Authority may cash-in a performance guarantee.

Partial deliveries are not allowed.

6. člen

Garancijski rok za Pro Tools, avdio vmesnik, kontrolni sistem, digitalno delovno postajo in za opremo pod Opcijo 1 in Opcijo 2 traja …………... (najmanj 24) mesecev in prične teči z dnem, ko naročnik podpiše zapisnik o uspešno opravljenem končnem prevzemu opreme (blaga).

Ponudnik se obvezuje, da bo v času garancijskega roka za ponujeno opremo zagotavljal: brezplačno odpravo napak, brezplačno tehnično podporo ter brezplačne programske nadgradnje, ki odpravljajo eventuelne napake v programski opremi oz. nadgradnjami, ki ne pomenijo občutnejše širitve funkcionalnosti.

Servisiranje in nadgradnja opreme bo omogočena preko mrežne internetne povezave.

Naslov evropskega servisa za tehnično podporo ponujene opreme je: ……………..; Kontaktna oseba oz. oddelek ponudnika je: …....................., telefon:................fax:..........e-mail:.....................

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

Ponudnik zagotavlja:

• za čas garancijskega roka: odpošiljanje nadomestnega modula na stroške ponudnika, s hitro pošto v roku 48 ur po zahtevi, upoštevajoč delovne dni. Zahteva naročnika bo poslana preko elektronske pošte ali fax sporočila. Naročnik bo vrnil defektni modul na stroške ponudnika, po prejetju nadomestnega.

• za čas po preteku garancijskega roka (t.j. do 5 let po končnem prevzemu): odpošiljanje nadomestnega modula s hitro pošto v roku 48 ur po zahtevi, upoštevajoč delovne dni. Zahteva naročnika bo poslana preko elektronske pošte ali fax sporočila. Naročnik bo vrnil defektni modul po prejetju nadomestnega.

Article 6

The guarantee terms are determined in the Bid documentation, which shall constitute the integral part of this Contract and have been adopted by both Parties.

63

Page 64:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

The guarantee period for Pro Tools, audio interface, control system, digital workstation and for equipment, required as OPTION 1 and OPTION 2 is ………….. months and shall start with the date the Contracting Authority has signed the Protocol of the final acceptance of the equipment (goods).

 

The Bidder is obliged to assure the Contracting Authority during warranty period: free of charge error elimination, free of charge technical support and free of charge software upgrades, which eliminates possible software defects or upgrades that do not significantly increase the functionality.

 

Repair and upgrade of the software will be enabled via a network connection to the Internet.

The address of the European service for the technical support of the bidden equipment is: ……….; Contact person or department of the Bidder is: ..............., telephone: ................, fax: ...................., e-mail: .............

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

The Bidder ensures:

• Within the warranty period: sending of spare module (at the Bidder’s expense), by fast delivery post in time of 48 hours during working days. The request of Contracting Authority will be send by e-mail or fax message. The Contracting Authority will return broken module (at the Bidder’s expense), after receiving the spare one.

• In after warranty period (up to 5 years after final acceptance): sending of spare module by fast delivery post in time of 48 hours during working days. The request of Contracting Authority will be send by e-mail or fax message. The Contracting Authority will return broken module after receiving the spare one.

7. člen

7.1 Kosovni prevzem opreme pri naročniku

Kosovni prevzem po prejemu opreme opravi naročnik, in sicer najkasneje v roku sedmih (7) dni po prejemu opreme v skladišče naročnika. Ob pregledu opreme je lahko prisoten predstavnik ponudnika. Naročnik ponudnika seznani o dnevu kosovnega prevzema opreme.

Vse morebitne nepravilnosti, ugotovljene pri kosovnem prevzemu opreme, morajo biti odpravljene s strani ponudnika v roku 14 dni.

64

Page 65:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Po uspešnem prevzemu se opravi zapisnik o kosovnem prevzemu opreme. Šteje se, da je kosovni prevzem izvršen takrat, ko so odpravljene vse morebitno ugotovljene nepravilnosti, ki jih mora naročnik specificirati v pisni obliki.

7.2 Instalacija in integracija

Ponudnik bo, skladno z zahtevami naročnika, potrjenimi v svoji ponudbi, izvedel instalacijo in integracijo opreme. V ta namen bo zagotovil vsaj eno strokovno usposobljeno osebo, ki bo izvedla instalacijo in integracijo programske in strojne opreme na lokaciji naročnika. V kolikor naročnik ugotovi, da oseba, ki izvaja instalacijo in integracijo ni dovolj strokovno usposobljena, ima pravico, da zahteva zamenjavo oz. dodatno strokovno usposobljeno osebo.

Instalacija in integracija se mora pričeti najkasneje v roku 14 dni po kosovnem prevzemu opreme in traja dva (2) delovna dneva.

Vse stroške v zvezi z instalacijo in integracijo (bivanja, nastanitve, dnevnice in prevoze za strokovnjake ponudnika ter ostale stroški v zvezi s storitvijo instalacije in integracije), krije ponudnik.

Instalacijo nove strojne opreme in kablov, ki povezujejo vhode/izhode sistema, bo opravil naročnik sam.

7.3 Zagon in končni prevzem opreme pri naročniku

Končni prevzem kontrolnega sistema, avdio vmesnika, digitalne delovne postaje in sistema Pro Tools (vključno z instalacijo programske opreme) opravita predstavnik naročnika in predstavnik ponudnika.

Pri končnem prevzemu in zagonu sistema bo naročnik ugotavljal naslednje karakteristike:

- kakovost dobavljenih in vgrajenih delov sistema,

- funkcionalnost sistema,- stabilnost delovanja sistema,- odpravljanje morebitnih napak v sistemu.

Naročnik mora opraviti končni prevzem dobavljene opreme najkasneje v roku 60 dni po kosovnem prevzemu opreme.

Vse morebitne nepravilnosti, ugotovljene pri končnem prevzemu, morajo biti odpravljene s strani ponudnika v roku 14 (štirinajst) dni. Po tem roku naročnik lahko unovči garancijo za dobro izvedbo pogodbenih obveznosti.

65

Page 66:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Šteje se, da je končni prevzem izvršen takrat, ko so odpravljene vse morebitno ugotovljene nepravilnosti na strojni in programski opremi, ki jih mora naročnik specificirati v pisni obliki.

Po uspešno opravljenem končnem prevzemu bo naročnik izstavil in podpisal zapisnik. Z dnem, ko naročnik podpiše zapisnik o uspešno opravljenem končnem prevzemu opreme, prične teči garancijski rok.

Article 7

7.1 Quantitative acceptance of equipment at the Contracting Authority

The quantitative acceptance will be done in the warehouse of the RTV Slovenija, Čufarjeva 6, 1000 Ljubljana. During this acceptance a representative of the Bidder may be present. The Contracting Authority will notify the Bidder about the date of the quantitative acceptance. The quantitative acceptance must be finished in seven (7) workdays after receipt of equipment in the warehouse RTV Slovenija.

All eventual incorrectness, ascertained at quantitative acceptance procedure, are to be eliminated by the Bidder within 14 days.

After the quantitative acceptance is successfully carried out, the protocol will be issued. It is understood that the quantitative acceptance will be completed when all eventual incorrectness are eliminated. The incorrectness are to be specified in writing by the Contracting Authority.

7.2 Installation and integration

The Bidder shall carry out the installation and integration of the equipment according to the Contracting Authority’s requirements, confirmed in the Bid documentation. For these purposes the Bidder shall provide at least one skilled specialist who will do installation and integration on site. If the Contracting Authority finds that the person performing the installation and integration is not sufficiently skilled, he has the right to request replacement or additional skilled specialist.

Installation and integration must be started at the latest within fourteen (14) days after the quantitative acceptance of the equipment and must last two (2) working days.

All expenses regarding the installation and integration (hotel accommodation, flight and transportation for the Bidder’s specialists as well as other expenses regarding installation and integration) are to be borne by the Bidder.

66

Page 67:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

The system installation and installation of the cables which connects inputs/outputs are the responsibility of the buyer.

7.3 System start-up and final acceptance of equipment at the Contracting Authority

The final acceptance for the complete system of control system, audio interface, digital workstation and Pro Tools (including software installation) will be done by the Contracting Authority and by the Bidder of the equipment.

At the final acceptance and start-up, the following characteristics will be observed:

- the quality of the supplied and installed parts- the applicability of the system- how stable the system is when operational- the abolishment of eventual system errors

The final acceptance of the equipment must be completed within 60 days after the quantitative acceptance date.

All eventual incorrectness, ascertained at final acceptance procedure, is to be eliminated by the Bidder within fourteen (14) days. After this time limit the Contracting Authority may cash-in a performance guarantee.

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

After the final acceptance is successfully done, the Protocol shall be issued and signed by the Contacting Authority. The guarantee period shall start with the date the Contracting Authority has signed the Protocol of the final acceptance.

8. člen

Ponudnik mora pet (5) let po datumu končnega prevzema opreme zagotoviti dobavo rezervnih delov (za čas garancije morajo biti rezervni deli brezplačni).

Article 8

67

Page 68:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

The Bidder assures spare parts five (5) years after final acceptance of the equipment (during warranty maintenance those spare parts must be provided free of charge).

68

Page 69:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

9. člen

Ponudnik bo po dobavi opreme in v dogovoru z naročnikom izvedel operativni, servisni tečaj in zagon opreme. Operativni in servisni tečaj bo opravljen na instaliranem sistemu pri naročniku.

Vse stroške v zvezi z izobraževanjem in zagonom opreme (bivanja, nastanitve, dnevnice in prevozi za strokovnjaka ponudnika ter ostali stroški v zvezi s tečajem) krije ponudnik.

Article 9

After the delivery of the equipment and upon agreement with the Contracting Authority, the Bidder will provide operational and maintenance course and equipment start-up.

All expenses regarding the operational and maintenance course and equipment stat-up (hotel accommodation, flight, transportation and daily allowances for the Bidder’s specialists, who will run the training) as well as other expenses regarding final acceptance, operational and service training are to be borne by the Bidder.

10. člen

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

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

Article 10

After the Contracting Authority has established the inappropriate quality of goods or services, this quality may be contested in statutory deadlines. During the warranty 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

69

Page 70:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

quality of goods or services is not in accordance with the stipulations of the procurement documents or bid documentation, the Contracting Authority has the right to cash-in a performance guarantee.

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

11. člen

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

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

Article 11

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

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

12. člen

12.1

Ponudnik je skladno z določili dokumentacije v zvezi z oddajo javnega naročila štev. JN-B0815 ponudil ločeno od osnovne ponudbe tudi vrednost dodatne digitalne delovne postaje s priborom (Opcija 1). Cena ponujene Opcije 1 je fiksna še eno leto po začetku veljavnosti pogodbe JN-B0815

70

Page 71:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

V primeru, da se bo naročnik odločil za nakup Opcije 1 že ob odločitvi o oddaji javnega naročila, jo bosta pogodbeni stranki vključili v osnovno pogodbo. Če pa se bo naročnik odločil za nakup Opcije 1 kasneje (v roku enega leta po veljavnosti osnovne pogodbe), bosta pogodbeni stranki sklenili Dodatek k pogodbi JN-B0815, za katerega bo osnova opcijska ponudba 1, ki bo priloga k tej pogodbi. Dodatek mora biti podpisan in žigosan s strani obeh pooblaščenih pogodbenih predstavnikov.

12.2

Ponudnik je skladno z določili dokumentacije v zvezi z oddajo javnega naročila štev. JN-B0815 ponudil ločeno od osnovne ponudbe tudi vrednost dodatnega avdio vmesnika (Opcija 2). Cena ponujene Opcije 2 je fiksna še eno leto po začetku veljavnosti pogodbe JN-B0815.

V primeru, da se bo naročnik odločil za nakup Opcije 2 že ob odločitvi o oddaji javnega naročila, jo bosta pogodbeni stranki vključili v osnovno pogodbo. Če pa se bo naročnik odločil za nakup Opcije 2 kasneje (v roku enega leta po veljavnosti osnovne pogodbe), bosta pogodbeni stranki sklenili Dodatek k pogodbi JN-B0815, za katerega bo osnova opcijska ponudba 2, ki bo priloga k tej pogodbi. Dodatek mora biti podpisan in žigosan s strani obeh pooblaščenih pogodbenih predstavnikov.

Article 12

12.1

The Bidder offered according to the stipulations of the procurement documents no. JN-B0815, separately from the basic offer also the value of additional digital workstation with accessories (Option 1). The price for this Option 1 is fixed still one year from the beginning of the JN-B0815 Contract validity.

In case the Contracting Authority decides for the purchase of Option 1 already at the decision on the award of the Contract, the contractual parties shall include it in the basic Contract. In case the Contracting Authority decides for the purchase of Option 1 later (in the period of one year from the beginning of the basic contract validity), the contractual parties shall conclude an Annex to the Contract JN-B0815 in writing. The basis for this Annex shall be optional offer 1 that is enclosed to the Contract. The Annex must be signed and duly stamped by the authorized representatives of both Parties.

12.2

The Bidder offered according to the stipulations of the procurement documents no. JN-B0815 separately from the basic offer also the value of additional audio interface (Option 2). The price for this Option 2 is fixed still one year from the beginning of the JN-B0815 Contract validity.

71

Page 72:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

In case the Contracting Authority decides for the purchase of Option 2 already at the decision on the award of the Contract, the contractual parties shall include it in the basic Contract. In case the Contracting Authority decides for the purchase of Option 2 later (in the period of one year from the beginning of the basic contract validity), the contractual parties shall conclude an Annex to the Contract JN-B0815 in writing. The basis for this Annex shall be optional offer 2 that is enclosed to the Contract. The Annex must be signed and duly stamped by the authorized representatives of both Parties.

13. 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 13

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.

14. 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.

Article 14

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.

72

Page 73:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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.

15. člen

Pogodba je sklenjena z odložnim pogojem in stopi v veljavo:

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

s predložitvijo garancije za dobro izvedbo pogodbenih obveznosti, izdano s strani banke ali zavarovalnice, brezpogojne, nepreklicne in plačljive na prvi poziv, v višini 10 % pogodbene vrednosti in z veljavnostjo še šest mesecev po pogodbeno določenem datumu dobave opreme. Ponudnik je dolžan predložiti garancijo za dobro izvedbo pogodbenih obveznosti najkasneje 10 dni po podpisu pogodbe.

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

Article 15

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

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

by Bidder’s presentation of the Performance Guarantee, issued by Bank or Insurance Company, irrevocable, unconditional and payable at first call in the amount of 10 % of the contractual value and valid six months after confirmed delivery date of the complete equipment. The Bidder must present the Performance Guarantee at the latest 10 days after the signature of the Contract.

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

73

Page 74:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

16. člen

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

Article 16

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

17. 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 17

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

obtain a deal,

conclude a deal under more favourable conditions,

74

Page 75:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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 rep-resentative, authorised person or agent to obtain prohibited benefits,

the contract shall be rendered null and void.

18. člen

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

Naročnik lahko odpove pogodbo pred njeno izpolnitvijo:

- če je proti ponudniku uveden stečaj ali prisilna poravnava,- če so pretekli pogodbeno določeni roki, ponudnik pa ni izpolnil pogodbenih obveznosti, - če ponudnik ni odpravil ugovarjanih napak oz. odprava napak ni možna,

Ponudnik lahko odpove pogodbo:

- če naročnik ne plača pogodbene cene.

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

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

Article 18

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:

75

Page 76:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

- 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.

19. člen

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

Article 19

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

20. člen

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

Article 20

76

Page 77:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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: …).

21. 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

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

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

Article 21

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.

77

Page 78:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

PODPIS IN ŽIG POOBLAŠČENIH PREDSTAVNIKOV NAROČNIKA IN PONUDNIKA – POGODBA ŠT. JN-B0815 /THE SIGNATURE AND SEAL OF THE AUTHORIZED REPRESENTATIVES OF THE CONTRACTING AUTHORITY AND BIDDER – CONTRACT No. JN-B0815

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

NAROČNIK: / PONUDNIK: /

CONTRACTING AUTHORITY: BIDDER:

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

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

Igor Kadunc

Žig / Stamp: Žig / Stamp:

78

Page 79:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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

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

STATEMENT REGARDING THE PERFORMANCE GUARANTEE

FOR PUBLIC TENDER JN-B0815

Should we, .................. (The Bidder) be awarded the Tender of RTV Slovenija, No. JN-B0815 – purchase of system for audio processing in sinhro studio 2 and S-1

WE DECLARE,

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

79

Page 80:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Place and date: Stamp: Bidder's official

representative or authorized person

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

80

Page 81:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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

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

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

FOR PUBLIC TENDER JN-B0815

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

81

Page 82:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

Place and date: Stamp: Bidder's official

representative or authorized person

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

82

Page 83:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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-B0815

Data on the Bidder

Company name or name of the Bidder:

Registered office of the Bidder:

Registration no. of the Bidder:

The Bidder is the holder of a dormant partnership:

(mark as appropriate)

YES – NO

The Bidder's ownership structure:

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

Name and surname of the natural person (1):

Place of residence:

Share of ownership:

Dormant partner

(mark as appropriate)

If YES, state the holder of the dormant partnership!

YES – NO

Name and surname of the natural person (2):

Place of residence

Share of ownership

Dormant partner YES – NO83

Page 84:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

(mark as appropriate)

If YES, state the holder of the dormant partnership!

(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

84

Page 85:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

the legal person being owned by the following natural persons:

Name and surname of the natural person:

Place of residence:

Share of ownership:

Dormant partner (YES – NO)

If YES, state the holder of the dormant partnership!

(continue the list as appropriate)

3. DATA ABOUT RELATED COMPANIES

Name of the legal person:

Registered office of the legal person:

Company reg. no.:

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

Name of the legal person:

Registered office of the legal person:

Company reg. no.:

associated as follows:

(continue the list as appropriate)

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

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

- 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.

85

Page 86:   · Web viewCONTRACTING AUTHORITY OF THE PUBLIC TENDER. Radiotelevizija Slovenija, Javni. zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT …

Procurement documents JN-B0815

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:

86