RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni...

83
TENDER DOCUMENTATION PUBLIC TENDER THROUGH THE OPEN PROCEDURE No. JN-B0654 PURCHASE OF DIGITAL AUDIO MIXING CONSOLE

Transcript of RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni...

Page 1: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

TENDER DOCUMENTATION

PUBLIC TENDER THROUGH THE OPEN PROCEDURE

No.

JN-B0654

PURCHASE OF DIGITAL AUDIO MIXING CONSOLE

Page 2: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

CONTENTS

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

2.1 Contracting Authority of the public Tender.................................................................................62.2 Legal ground................................................................................................................................... 6

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

3 SUBJECT OF THE PUBLIC PROCUREMENT......................................................................................73.1 GENERAL DESCRIPTION OF THE EQUIPMENT..........................................................................7

3.2 TECHNICAL REQUIREMENTS AND SPECIFICATIONS...............................................................73.2.1 Required standards..................................................................................................................................73.2.2 Required documents and technical instructions...................................................................................73.2.3 Technical specification for digital audio mixing console......................................................................7

3.3 SYSTEM REQUIREMENTS.............................................................................................................7

3.4 CONFIGURATION REQUEIREMENTS FOR CONTROL SYSTEM OF MIXING CONSOLE:.........83.5 CHARACHERISTICS FOR AUDIO DIGITAL MIXING CONSOLE..................................................8

3.5.1 Basic requirements...................................................................................................................................83.5.2 Dynamic section:......................................................................................................................................83.5.3 Filters:.......................................................................................................................................................83.5.4 Phantom power:.......................................................................................................................................93.5.5 MIX Busses:..............................................................................................................................................93.5.6 DIRECT OUT outputs:...........................................................................................................................93.5.7 AUX Busses:.............................................................................................................................................93.5.8 Technical requirements:..........................................................................................................................93.5.9 SRC............................................................................................................................................................93.5.10 Metering - Channel display:....................................................................................................................93.5.11 Synchronization:....................................................................................................................................103.5.12 Operational requirements:....................................................................................................................10

3.6 INPUT/OUTPUT SYSTEM REQUIREMENTS...............................................................................103.6.1 Main rack (machine room)....................................................................................................................103.6.2 Stage box No. 1.......................................................................................................................................103.6.3 Stage box No. 2.......................................................................................................................................113.6.4 Additional requirements:......................................................................................................................11

3.7 GENERAL ADDITIONAL REQUIREMENTS.................................................................................113.7.1 Interconnection.......................................................................................................................................113.7.2 Stage box - direct split outputs..............................................................................................................113.7.3 Physical dimension of the control surface............................................................................................113.7.4 Stage box.................................................................................................................................................123.7.5 Optical cables..........................................................................................................................................123.7.6 Monitoring..............................................................................................................................................13

3.7.6.1 Control Room.....................................................................................................................................133.7.6.2 Machine room.....................................................................................................................................13

3.7.7 Talkback system.....................................................................................................................................133.7.8 Automation.............................................................................................................................................13

3.7.8.1 Static automation functions of the console ( snapshots )................................................................133.7.8.2 Dynamic automation functions of the console.................................................................................13

3.7.9 DAW........................................................................................................................................................133.7.10 Redundancy:...........................................................................................................................................143.7.11 Project management:.............................................................................................................................143.7.12 Connectors:.............................................................................................................................................143.7.13 Mixing console stand..............................................................................................................................14

3.8 ADDITIONAL EQUIPMENT...........................................................................................................143.8.1 Stereo & surround reverb/effect processors........................................................................................143.8.2 Protection of the mixing console...........................................................................................................15

3.9 QUANTITATIVE ACCEPTANCE...................................................................................................15

Page 3: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

3.10 SYSTEM START UP& FINAL ACCEPTANCE..........................................................................15

3.11 WARRANTY AND SERVICING.................................................................................................15

3.12 SET OF SPARE PARTS............................................................................................................16

3.13 SYSTEM INSTALLATION:.........................................................................................................16

3.14 EDUCATION.............................................................................................................................. 16

3.15 SPECIAL REQUIREMENT.........................................................................................................17

4 BID DOCUMENTATION.......................................................................................................................184.1 General conditions for making bid documentation...................................................................18

4.1.1 Clarification to the tender documentation...........................................................................................184.1.2 Language.................................................................................................................................................184.1.3 Marking...................................................................................................................................................184.1.4 Contents of a bid.....................................................................................................................................184.1.5 Alternative bids and variant bids.........................................................................................................184.1.6 Form of a bid..........................................................................................................................................184.1.7 Validity of the bids.................................................................................................................................19

4.2 Documents in the bids.................................................................................................................194.2.1 Data on Bidder and Bid.........................................................................................................................194.2.2 Contents of the bid documentation.......................................................................................................194.2.3 Form »Declaration on acceptance of the public tender conditions«.................................................194.2.4 Form of an OFFER that has to contain:..............................................................................................194.2.5 Proforma Invoice....................................................................................................................................204.2.6 Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)” – for a legal entity....................................................................................................204.2.7 Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5)” – for a legal representative..........................................................................204.2.8 Form “Statement under the third and fourth paragraph of article 42 of the ZJN-2-UPB5”.........214.2.9 Form “Bidder’s statements, given under criminal and material liability”.......................................214.2.10 Bank Certificate of solvency..................................................................................................................214.2.11 Warranty conditions of the Bidder.......................................................................................................214.2.12 Declaration of the Bidder regarding the spare parts..........................................................................214.2.13 Declaration of the Bidder - all the offered equipment is factory-new...............................................214.2.14 Declaration of the Bidder regarding the software upgrades..............................................................214.2.15 Statement of the manufacturer or principal........................................................................................214.2.16 Sample of the Contract..........................................................................................................................214.2.17 Guarantee for the seriousness of the bid..............................................................................................224.2.18 Declaration, stating the Bidder shall provide a Performance guarantee..........................................224.2.19 Statement on the forwarding of data in the disclosure of the Bidder's ownership..........................224.2.20 Fulfilled table, acc. to the instructions in item 3.15 of Tender documentation................................224.2.21 Technical documentation.......................................................................................................................22

5 CONTRACT AWARD CRITERIA..........................................................................................................236 REVIEW CLAIM.................................................................................................................................... 23

6.1 Legal base and terms for submission........................................................................................23

6.2 Method of submitting the review claim......................................................................................23

7 FORMS................................................................................................................................................. 23DATA ON BIDDER AND BID................................................................................................................... 24

Declaration of Bidder’s acceptance of Public Procurement conditions............................................25

Form OFFER............................................................................................................................................ 26

Proforma Invoice..................................................................................................................................... 27

STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE PUBLIC PROCUREMENT ACT (ZJN-2)..................................................................................................28

Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)............................................................................................................................................... 30

STATEMENT UNDER the third and THE FOURTH PARAGRAPH OF ARTICLE 42 OF THE zjn-2.....32

Page 4: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Bidder's Statements given under CRIMINAL and material LIABILITY................................................33

Declaration of the Bidder regarding the spare parts...........................................................................34

Declaration of the Bidder – all the offered equipment is factory new................................................35

Declaration of the Bidder regarding the software upgrades...............................................................36

STATEMENT OF THE MANUFACTURER...............................................................................................37

STATEMENT OF THE PRINCIPAL..........................................................................................................38

Sample Contract...................................................................................................................................... 39

Guarantee for the seriousness of Bid...................................................................................................49

STATEMENT regarding the Performance Guarantee...........................................................................50

Statement ON THE FORWARDING OF DATA IN THE DISCLOSURE..................................................51

OF THE BIDDER'S OWNERSHIP............................................................................................................51

STATEMENT ON THE PARTICIPATION OF NATURAL AND LEGAL PERSONS IN THE BIDDER'S OWNERSHIP............................................................................................................................................ 52

Explanation of the Tender documentation No. JN-B0654...................................................................54

Page 5: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

1 INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER

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

the purchase of digital audio mixing console.

Bids in three copies (one original and two copies) must be sent in sealed envelopes to the address: “Javni zavod RTV SLOVENIJA, KOLODVORSKA 2, VLOŽIŠČE, 1550 LJUBLJANA, SLOVENIA”, with the postscript: "DO NOT OPEN - FOR TENDER - BID FOR TENDER NO. JN-B0654 – "Digital audio mixing console“. The full address of the Bidder is to be written on the envelope.

The term for acceptance of bids is until 08.00 a.m. on 13 August, 2014. Bids received after that time limit will not be counted and will be returned unopened to the Bidders.

Public opening of bids will be on 13 August, 2014 at 09.00 o’clock on the premises of Commercial Department of Javni Zavod RTV Slovenija, at Komenskega Street 7 in Ljubljana.

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

Ljubljana, 2nd July, 2013 Commercial Department ofRTV Slovenija

5

Page 6: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

2 INSTRUCTIONS FOR MAKING BIDS

2.1 CONTRACTING AUTHORITY OF THE PUBLIC TENDER

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

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

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

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

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

2.2 LEGAL GROUND

The Public Procurement of Javni Zavod RTV Slovenija (hereinafter referred to as: Contracting Authority) is carried out in accordance with the valid Public Procurement Act (ZJN-2-UPB5) and by-laws applicable and in accordance with the legislation being valid on the field of public finances and on the field that is the subject of this public tender.

2.3 BASIC RULES OF OPERATION

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

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

6

Page 7: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

3 SUBJECT OF THE PUBLIC PROCUREMENT

3.1 GENERAL DESCRIPTION OF THE EQUIPMENT

The subject of the public procurement (tender) is the purchase of digital audio mixing console for mobile recording vehicle “RA1”. Mixing consoles will be in use for music on-air live events and multitrack music post-production.

The bid has to comply with all demands which are specified in technical requirements (chapter 3 of Tender documentation). The Contracting Authority shall reject the bid from further proceeding, in case the bid doc-umentation does not fulfil all the conditions and requests.

3.2 TECHNICAL REQUIREMENTS AND SPECIFICATIONS

3.2.1 Required standards

The supplied equipment must comply with the EBU standards (AES-1992) of digital audio equipment.

3.2.2 Required documents and technical instructions

At the delivery of the equipment the chosen Bidder must also enclose 2 sets of:

operation manual service manual

3.2.3 Technical specification for digital audio mixing console

The digital mixing console must be based on modular technology which supports audio processing system and control system.

There is a need to install all electronic boards/modules, including input/output interface modules into the existing 19’’ technical rack. Console surface with integrated control system is located in separate control room. Due to the level of unwanted background noise (rack fans) electronic part of the console (Core – DSP boards, I/O modules) should be located at the remote machine room (MR) location.

Microphone/Line Input modules Analogue Line Input modules Analogue Output modules Digital AES/EBU Input modules with SRC Digital AES/EBU Output modules MADI and/or similar Multichannel Audio Digital Interfaces

3.3 SYSTEM REQUIREMENTS

1.The offered system must be overall digital 2.Proven technology on the market3.Stable and reliable system4.Operational simplicity

7

Page 8: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

3.4 CONFIGURATION REQUEIREMENTS FOR CONTROL SYSTEM OF MIXING CONSOLE:

Audio digital mixing console must have minimum 40 input physical motorized long faders (usually located under the channel strips) and additional set of 8 independent long motorized group faders (usually located under the master section).

Group faders should have an option to patch them into dedicated audio outputs.

Central master section should allows mono, stereo or 5.1 functionality and possibility in order to adjust the fader level of all 5.1 channels at the same time.

3.5 CHARACHERISTICS FOR AUDIO DIGITAL MIXING CONSOLE

3.5.1 Basic requirements

Simultaneously processing with minimum 40 bit – floating point internal processor. Simultaneously processing with minimum 210 input signals All inputs must have N-1 function. I/O Routing Matrix of minimum 500 channels All DSP modules must be fully equipped with functions for all channels and busses listed below.

3.5.2 Dynamic section:

All modules must have:

Compressor with adjustment of threshold level / attack time Limiter with adjustment of threshold level / attack time Expander with and adjustment of threshold level / ratio Gate with adjustment of threshold level / attack time Balance control with option for mono, stereo and 5.1 surround Direct output with metering and level control AUX output with mono/stereo option plus on/off switch and pre/post fader switch Upmix and spatialize module in every surround channel with adjustable room parameters and

auto centre for stable front image Delay of the input signal (adjustable in frames, ms, or meters) and on/off switch Input modules must have minimum of four assignable »free controls» providing local channel

control of EQ, Panning, Dynamics, AUX sends…

3.5.3 Filters:

All input modules must have minimum

4-band fully parametric EQ LP filter HP filter Graphical frequency filter curves must be displayed on the display Each microphone input module must have option of limiter and HP filter function at the analog

point of incoming signal

8

Page 9: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

3.5.4 Phantom power:

Microphone inputs must have 48 V phantom power with on/off switch

3.5.5 MIX Busses:

MIX Busses have to allow mixing into different formats Mono, Stereo, LCRS, or 5.1 .

3.5.6 DIRECT OUT outputs:

Every channel of the mixing console must have dedicated ‘’direct out” in order to feed inputs of the multitrack recorder

3.5.7 AUX Busses:

Minimum of 3 stereo and 6 mono AUX send Busses with Pan Control (balance on stereo sources) and Pre/Post fader contribution.

3.5.8 Technical requirements:

24-Bit resolution for all Analogue inputs (ADC) and outputs (DAC) System sampling frequency must be 48 kHz and 96 kHz SRC on all digital AES/EBU inputs Every plug-in card or module should be hot-swapped Audio digital mixing console must contain I/O Routing Matrix Dolby-E encoder and decoder card availability Control via Ethernet TCP/IP Metering of audio signal according to ITU-R BS.1770-1, EBU R128 Measuring instrument RTW TM7 including all software options, mounting KIT and connector for

VGA output Mixing console (control surface) has to be physically divided/separated from the Core/DSP (pro-

cessing) unit. Open frame upgradeable and expandable capacities with additional DSP modules and/or

input/output units/modules Digital input/output connectors must be symmetrical XLR - 110 ohm ( AES/EBU ) Level of analogue operational signal 6 dBu should correspond to the digital level of – 9 dBFS.

3.5.9 SRC

All digital inputs must be equipped with SRC 44.1kHz/48kHz/96kHz option.

3.5.10 Metering - Channel display:

Each channel strip should have a dedicated meter indication above the strip. The TFT, LCD or bar graph Channel Display on the audio mixing console should provide metering and displaying separate function of audio signal on:

Input channels Output channels Group outputs Direct outputs Master/Sum outputs AUX outputs Monitor channels

9

Page 10: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

Indication of meter scale should be in dB (FS) with 0 dB (FS) at the top.In case of overloading the input signal there should be separate red indicator on the meter.In case of stereo mode indication on particular channels there should be also dedicated correlation meter.In case of surround mode indication there should be spatial visualization of the surround signal.

3.5.11 Synchronization:

Digital audio mixing console must sync directly to automatic detection synchronisation signal Black burst, World clock or AES3. The console should provide an internal sync generator with auto switchover function when external sync fails.

3.5.12 Operational requirements:

Mix-minus control with conference system ( N-1) Remote start of the remote equipment ( GPIO ) T/B communication has to be available to all AUX, Main outputs, Studio outputs Dedicated Upmix and spatialize module in every surround channel with adjustable room paramet-

ers and auto centre for stable front image of surround sound

3.6 INPUT/OUTPUT SYSTEM REQUIREMENTS

3.6.1 Main rack (machine room)

ANALOG INPUTS: 8 MIC analogue inputsANALOG INPUTS: 48 LINE analogue inputs ( transformer balanced ) ANALOG OUTPUTS: 48 LINE analogue outputs ( transformer balanced )

DIGITAL INPUTS: 32 AES/EBU inputs with SRC (pairs) (64 Ch)DIGITAL OUTPUTS: 32 AES/EBU outputs (pairs) (64 Ch)

FIBRE OPTIC INTERFACE: 3 units for remote stage box (audio and control) single modeMADI INTERFACE: 3 additional units for multichannel hard disc recorder, desk

monitoring, headphone amplifier, etc. (multi mode I/O) 64ch

Additional requirements:

Redundant power supply Minimum 20 GPIO

3.6.2 Stage box No. 1

ANALOG INPUTS: 60 MIC analogue inputsANALOG OUTPUTS: 16 LINE analogue outputs

DIGITAL OUTPUTS: 8 AES/EBU outputs (pairs) (16 ch)

Additional requirements:

Interconnection between stage box and main rack ( MR ) : FIBRE OPTIC INTERFACE Redundant power supply Minimum 8 GPIO

10

Page 11: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

3.6.3 Stage box No. 2

ANALOG INPUTS: 30 MIC analogue inputsANALOG OUTPUTS: 8 LINE analogue outputs

DIGITAL OUTPUTS: 4 AES/EBU outputs (pairs) (8 ch)

In case the bidder can not offer 60 MIC inputs in stage box No. 1 ( due to physical limitation ) they can offer:

Stage box No 1: 48 MIC inputs Stage box No 2: 42 MIC inputs

All other I/O parts/modules in stage boxes remain the same!

3.6.4 Additional requirements:

Interconnection between stage box No.1 and stage box No. 2 : FIBRE OPTIC INTERFACE Redundant power supply Minimum 8 GPIO

3.7 GENERAL ADDITIONAL REQUIREMENTS

3.7.1 Interconnection

The offer must include all necessary cables for internal interconnection inside the OB VAN:

Cables for interconnection between the console surface and the main DSP/core rack (Length = 10 m)

Cables for interconnection between DSP/core rack and breakout panel on back side of the VAN (length = 5 m)

Short cables for interconnection between breakout panel and motorised cable drum (Length = 2m)

All cables should be equipped with appropriate matting connectors on both sides of cables. We will define all details related to the type of connectors in a later stage with chosen Bidder.

3.7.2 Stage box - direct split outputs

Every Mic/Line inputs on stage boxes must have also dedicated analog split outputs. These outputs will be in use for mixing console of the PA system.In case the system does not allow integrated analog audio split outputs on input cards the bidder has to offer separate and appropriate professional active audio splitter. The unit should be integrated and in-stalled inside the stage box rack in order to fulfil request for versatile distribution of analog audio signals.

Audio outputs should be transformer-isolated or electronically balanced. Audio outputs should be gain independent in order to prevent unexpected changes. All audio outputs must be equipped with XLR connectors.

3.7.3 Physical dimension of the control surface

Because the new mixing console will be installed inside the existing control room of mobile VAN RA1 it is very important that physical dimensions of the console correspond to the size of the existing space.

11

Page 12: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

The maximum width of the console should be 2280 mm.

The console will be transported through the existing entrance door of 820 mm width.

The complete construction of the console (including metal sub-construction with legs) should be split in two separate parts ( control surface – side legs with metal sub-frame construction ) in order to allow safe and easy access or transport of the console and sub-frame into the control room area.

3.7.4 Stage box

Electronic parts of stage boxes should be installed inside rigid portable racks which are appropriate for stage use and easy transport. Racks should be adequately strong, light and impact resistant. General construction of racks should be also water resistant.

Stage boxes should be equipped with additional silent fan 1U modules for reliable operation in order to protect electronic cards from overheating. Stage boxes should be equipped with appropriate wheels on the bottom side and handles on sides for easy transport.

The tenderer can offer two types of stage boxes:

Stage box No. 1 will be equipped with electronic cards/modules for 60 MIC inputs Stage box No. 2 will be equipped with electronic cards/modules for 30 MIC inputs

Or

Stage box No. 1 will be equipped with electronic cards/modules for 48 MIC inputs Stage box No. 2 will be equipped with electronic cards/modules for 42 MIC inputs

3.7.5 Optical cables

Optical connection between main rack inside the OB VAN and remote stage boxes should be done by re-dundant fibre optical cable.

Because we have two separate stage boxes we need two independent 250 m long optical cables equipped with appropriate mating connectors on both sides. Particular optical cable with appropriate mat-ing connectors will be installed on existing motorised cable drum which is already located on the back side of the OB VAN. All technical details related to the type of connectors and installation of them onto cable drums will be defined in a later stage between both parties.

The selection of cables and the type of connectors should also allow so-called “cascade” interconnection of stage boxes on the stage location.

System of interconnections has to be prepared for two different applications.

Connection between each stage box and OB VAN with separate and independent long (250 m) cable.

Main connection between OB VAN towards stage box No.1 will be done with long fibre cable (250 m). The additional extension between stage box No. 1 and stage box No. 2 will be done with ap-propriate separate stand alone short cable (not installed on the cable drum). The length of the second additional short cable should be 25m long.

Type of fibre optical cables and type of matting connectors have to be prepared in way to allow both types of connections. It is important to select appropriate type of multicore fibre optical cables with adequate number of internal fibres in order to fulfil the request for the cable redundancy and above mentioned inter-connections.

Connection between stage box and digital console rack should be done by single-mode optical fibre, equipped with adequate connectors.

12

Page 13: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

3.7.6 Monitoring

Audio digital mixing console must have simultaneous Stereo and 5.1 surround programme outputs for audio monitoring:

3.7.6.1 Control Room

Monitor outputs for MAIN STEREO outputs listening Monitor outputs for NEARFIELD STEREO outputs listening Monitor outputs for SURROUND 5.1 listening ( Surround monitor outputs should be totally inde-

pendent and not part of Stereo or Nearfield monitor outputs ) 1 PFL stereo and 1 PFL surround in each channel strip

3.7.6.2 Machine room

Monitor outputs for MAIN STEREO outputs listening

In general terms the bidder (according to the specific technology of the particular desk) has to offer appropriate number of analogue/digital cards and MADI/multichannel cards in order to satisfy all requests described on the technical specification list. (Monitoring, talkback, synchronisation, etc.)

3.7.7 Talkback system

The mixing console should be equipped with standard talkback facilities for studio use.

3.7.8 Automation

3.7.8.1 Static automation functions of the console ( snapshots )3.7.8.2 Dynamic automation functions of the console

Static automation functions are related to snapshots of the mixing desk control parameters which can be stored/recalled for several different projects.

Dynamic automation functions of the mixing console are related to the external time code synchronisation. The automation should be easy to use, powerful and reliable. Switches and faders which are in use during mixdown procedure have to be dynamically automated and touch sense.

Both types of automation must have copy/paste functions for quick and easy transfer of set up data from strip to strip.

All faders and other control switches have to be touch sensitive for easy, quick and reliable everyday work on the desk.

The console’s automation must be also equipped with OFF line editing function of parameters when you are not working in real-time mixing session. The system should also enable editing and copying data between various projects. Mix files must be saved automatically during particular mixing sessions for reliable work.

3.7.9 DAW

Software of the digital mixing control and communication data protocols must enable interconnections between mixing console and DAWs like Protools, Pyramix, Sadie, etc., Mixing console should directly controls most of the basic operation functions of the DAW. Integration is related to faders, knobs or screen controls. The system should use common, worldwide known data protocols.

13

Page 14: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

3.7.10 Redundancy:

Full system redundancy Redundant Power Supply for Core Redundant Power Supply for I/O Frames Redundant Power Supply for stage boxes Redundant fibre link Redundant DSP Card (Redundant DSP must take over automatically in case of an error) Dual Redundant hard disc or CF cards Bidder must state prices of redundant power supplies on the proforma invoice separately. System enables different portable storage devices for user and system data (e.g. Flash cards,

USB keys and disks, etc.) In case of power failure the system should maintain settings before the failure and restores the

same settings, when the power is back.

3.7.11 Project management:

The system must be able to store and recall console configuration, snapshots on the internal memory unit.

Storing of all settings and parameters related to audio digital mixing console must be enabled to USB memory key or NET memory units. Snapshots and Projects must be transferable to any other console of the same type and should not be related to the actual HW configuration.

3.7.12 Connectors:

All audio connectors for digital(AES/EBU) and analog inputs/outputs must be XLR type (male/female). In case there are some other type of connectors ( D type ) on I/O cards of particular modules( DSP core, stage box ) there is a need to add “break-out” box/panels equipped with XLR type of connectors for easy and reliable interconnections.

3.7.13 Mixing console stand

It is also very important that the final esthetical look of the complete mixing console (including frame of the stand and side legs) has to be harmonized with overall design of the CR area and associated equipment. In case the manufacturer cannot offer the original stand of the mixing console there is an obligation from the Bidder side to prepare adequate stand which will be adequate as the original console’s design. We expect stand which is standardized on pro market for particular mixing console. The frame with side legs should perfectly fits to the measurement of the basic mixing console.

3.8 ADDITIONAL EQUIPMENT

3.8.1 Stereo & surround reverb/effect processors

Along with the mixing console we request an additional set of stereo and surround reverb/effect processors. We request at least four independent virtual machines; each of them can run its own algorithm. Reverbs should be in use for stereo and surround mixing of music postproduction.

Reverbs can be standalone units or integrated parts of the mixing console as FX cards. In this case we should control reverb’s parameters right from the mixing console.

14

Page 15: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

In case of stand alone effect processors we propose the choice of TC 6000 or Lexicon 96 surround units. All audio connections between mixing console and effect processors/reverbs should be done digitally (through AES/EBU protocols) with XLR connectors.

Reverbs should have at least 24bit resolution and 48/96 kHz sampling frequency. Units must be sync automatically.

3.8.2 Protection of the mixing console

Movable script tray over the modules Black Nylon protection cover for the complete top section of the mixing console. We request on

the upper side top grade waterproof nylon and on the bottom side a soft cotton flannel which pre-vents scratching and gouging.

3.9 QUANTITATIVE ACCEPTANCE

The quantitative acceptance will be done in warehouse of the RTV Slovenija on location Čufarjeva 6, 1000 Ljubljana

On 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 completed within seven days after the equipment is delivered to the specified location.

3.10 SYSTEM START UP& FINAL ACCEPTANCE

The final acceptance is performed by the Contracting Authority and by the Bidder of the equipment, who must have technically qualified staff, or by the supplier of the equipment. At the final acceptance and start-up, the following characteristics are observed:

the quality of the supplied and installed parts the applicability of the system how stable the system is when operational the assessment of eventual system errors the final acceptance must be done at latest within 120 days after the acceptance was success-

fully performed following the successful final acceptance, the minutes are written for the benefit of the Contracting

Authority as well as the Bidder of the equipment

3.11 WARRANTY AND SERVICING

The minimal required warranty period for the entire set of equipment is 48 months; however, the Bidder may offer better conditions.

It is requested that during the warranty period, which lasts at least 48 months after the final ac-ceptance is completed, all errors are removed free of charge.

All software upgrades within the basic functionality must be provided free of charge. The spare parts for the offered equipment must be available for at least 7 years after the final ac-

ceptance.

The Bidder must enclose his own statement with the detailed information on the maintenance of equipment in warranty period, from which must be evident:

- The address, phone and e-mail of the service expert who advices the RTVSLO service expert during the warranty period

- the address of the European service for bidden equipment, contact person, phone and fax number- response time and the time period when the error will be eliminated or time period when the

Bidder will ensure the replacement equipment.

15

Page 16: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

The Bidder in his statement must ensure:

- For the warranty period: the dispatch of the replacement module by express courier service within 24 hours (within the working days), from the receipt of the Contract Authority’s report by fax or e-mail. The Contracting Authority will return the defective module after receipt of the replacement one.

- For the after warranty period: the dispatch of the replacement module by express courier service within 48 hours (within the working days), from the receipt of the Contract Authority’s report by fax or e-mail. The Contracting Authority will return the defective module after receipt of the re-placement one and will pay it within 30 days after receipt of the invoice.

3.12 SET OF SPARE PARTS

The Bidder must also state individual prices for all items in “set” of spare parts.

3.13 SYSTEM INSTALLATION:

The system installation and installation of the cables which connecting inputs/outputs boards are the responsibility of the Contracting Authority.

3.14 EDUCATION

After the delivery of the equipment and upon agreement with the Contracting Authority, the Bidder must provide a course in operating and servicing of the Contracting Authority’s newly installed system. The Bidder provides must be in accordance with the form OFFER.

16

Page 17: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

3.15 SPECIAL REQUIREMENT

The bidder must clearly and visible indicate for each and every particular part of the table using sign/mark ‘’X’’,  if the offered content complies technical requirements of the tender!

The statement has to be undoubted in order to avoid any future technical misunderstandings.

Note: Each indication ‘’ Not correspond’’ means exclusion of the bid from the further tender procedure.

Position

Description CORRESPOND NOT CORRESPOND

3.2.1. Required standards3.2.2. Required documents and technical instructions3.2.3. Technical specification for digital audio console3.3. System requirements3.4. Configuration requirements for control system of mixing

console3.5.1. Basic requirements3.5.2. Dynamic section3.5.3. Filters3.5.4. Phantom power3.5.5. MIX busses3.5.6. DIRECT OUT outputs3.5.7. AUX busses3.5.8. Technical requirements3.5.9. SRC3.5.10. Metering – channel display3.5.11. Synchronisation3.5.12. Operational requirements3.6.1. Main rack – machine room3.6.2. Stage box No. 13.6.3. Stage box No. 23.6.4. Additional requirements3.7.1. Interconnections3.7.2. Stage box – direct split outputs3.7.3. Physical dimensions of the console3.7.4. Stage box3.7.5. Optical cables3.7.6. Monitoring3.7.6.1. Control room3.7.6.2. Machine room3.7.7. Talkback system3.7.8.1 Static Automation3.7.8.2 Dynamic Automation3.7.9. DAW3.7.10. Redundancy3.7.11. Project management3.7.12. Connectors3.7.13. Mixing console stand3.8.1. Stereo & surround processors3.8.2. Protection of the console

17

Page 18: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

4 BID DOCUMENTATION

4.1 GENERAL CONDITIONS FOR MAKING BID DOCUMENTATION

4.1.1 Clarification to the tender documentationThe Bidder can demand clarifications to tender documentation in e-mail or written form only, using the attached form, at the latest 6 days prior to the term for acceptance of bids (- till 10.00 a.m. on 7th August, 2014); to the e-mail address: [email protected] or fax no. + 386 1 475 2186. Questions, not asked on the prescribed form, will not be answered.

Questions and answers shall be published on web side: www.rtvslo.si/razpisi, on sub-page JAVNA NAROČILA - PUBLIC PROCUREMENT under the mark Javno naročilo JN-B0654.

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

4.1.3 MarkingPages of bid documentation must be numbered and bound with string so it is not possible to add pages. Data which will be righteously marked as confidential by the Bidder, will be used only for the purposes of this public tender and will not be accessible to anyone except persons which are included in this public tender. These data will not be read on public opening of the Bids nor will they be read afterwards. Persons, included in this public tender as well as the Contracting Authority will be responsible for protection of these data.The Bidder can mark data as confidential only if they include personal data which are not included in other public register nor otherwise acceptable to public. The Bidder can also mark as confidential business information which are marked as confidential either with regulations or internal acts of the Bidder.The Contracting Authority will treat as confidential all data in bid documentation which will be in right upper corner marked as "CONFIDENTIAL" with large capital letters. Under this inscription there should be signature of the Bidder's official representative or authorized person. If only part of the document is confidential, the confidential part should be underlined with red colour and in the same line marked "CONFIDENTIAL" at the right edge.The Contracting Authority will not be responsible for confidentiality of the data if these data are not marked as stated above.The Contracting Authority will summon the Bidder to withdraw the confidential mark if the data is unjustified marked as confidential. The confidential mark can be withdrawn by the Bidder's official representative or authorized person writing "CANCELLATION" above the confidential mark. He must also write time and date of this cancellation and sign it.In the case of a Bidder not withdrawing the confidential mark in the time, determined by Contracting Authority, the Contracting Authority will reject the complete bid.

4.1.4 Contents of a bidThe Bidders 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 bidsAlternative bids and variant bids are not allowed.

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

18

Page 19: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

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

4.1.7 Validity of the bidsBids must be valid till 28 October, 2014, otherwise they will be rejected. In exceptional circumstances the Contracting Authority can demand from the Bidder to extend the validity of the bid for a certain period of time. The Contracting Authority's demand and the Bidder's replies must be in written form. The Bidder can refuse the Contracting Authority's demand. In case the Bidder complies with the demand, the Contracting Authority shall ask for the bid extension and eventually for the extension of the validity of the Warranty for the seriousness of the bid. All other conditions of the bid shall remain the same.

4.2 DOCUMENTS IN THE BIDS

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

4.2.1 Data on Bidder and Bid

4.2.2 Contents of the bid documentation

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

4.2.4 Form of an OFFER that has to contain:

Prices:

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

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

Obligatory 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 complete delivered equipment has been suc-

cessfully 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.

Delivery date:

The Contracting Authority requires delivery of equipment (goods) within 60 days after the beginning of the Contract validity, at the latest.

This passage (regarding e-invoices) is applicable only in Slovenian version of the Contract. After 1st January, 2015 the Bidders with the registered office in Slovenia shall be obliged to issue only e-invoices.

19

Page 20: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

4.2.5 Proforma Invoice

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

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

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

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

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

4.2.7 Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5)” – for a legal representative

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

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

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

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

If the country of the Bidder with the registered office outside the Republic of Slovenia does not issue such documents, the Contracting Authority may (pursuant to the sixth paragraph of Article 42 of ZJN-2-UPB5) accept a sworn statement of witnesses or a sworn statement of the Bidder instead of official documents from its country. In such case, the Bidder must make the above statement before a judicial or administrat -ive body, Notary Public or the competent body for professional or economic operators in the country of their registered office.

20

Page 21: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

4.2.8 Form “Statement under the third and fourth paragraph of article 42 of the ZJN-2-UPB5”

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

4.2.10 Bank Certificate of solvency

The Bidder must enclose Bank Certificate of solvency, showing the Bidder’s account has not been blocked within the last six months. On the date of opening of the bids, this Certificate must not be older than one month.

If the Bidder has several accounts, he must enclose Bank Certificate of solvency for all accounts.

The document (under item 4.2.10) may also be a photocopy. In such case the Bidder has to inscribe on each photocopied page, that he confirms the truthfulness of the stated data and sign and stamp this statement on each photocopied page. In case the Contracting Authority subsequently requests the original evidence, the Bidder shall present the same for verification.

4.2.11 Warranty conditions of the Bidder The Bidder must enclose his own statement with detailed information on Maintenance of equipment (goods) in warranty period, according to the requirements in items 3.11 of tender documentation.

4.2.12 Declaration of the Bidder regarding the spare parts

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

4.2.14 Declaration of the Bidder regarding the software upgrades

4.2.15 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.

The subject Statement is not required for:

- »stage-box«, stand and other small equipment.

4.2.16 Sample of the Contract

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

21

Page 22: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

4.2.17 Guarantee for the seriousness of the bid

The guarantee for the seriousness of the bid (issued by Bank or Insurance Company), irrevocable, unconditional, payable at first call, valid till 28 October, 2014 in the value of EUR 3.000,00.

4.2.18 Declaration, stating the Bidder shall provide a Performance guarantee The selected Bidder must supply Performance Guarantee (according to the given statement regarding the Performance Guarantee), as a condition for the validity of the contract, no later than 10 days after receiving the signed contract by the Contracting Authority. The Performance Guarantee will be issued by the first class Bank or Insurance Company and will be irrevocable, unconditional and payable at first call, valid 6 months after the confirmed delivery date,

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

In case the selected Bidder despite the Contracting Authority’s written request does not respond, though he provided no objective reasons, the Contracting Authority with the Bidder does not sign a public award contract. Therefore the selected Bidder and his legal representative are responsible for the offence in accordance with Article 109 a of ZJN-2. The objective reasons are those the Bidder could not influence, could not expect to prevent, eliminate and avoid them.

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

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

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

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

Explanation:In order to ensure the transparency of the business and to mitigate corruption risks, the Contracting Authority shall, according to the Art. 14 of the Public Integrity and Corruption Prevention Act (Official Gazette of the Republic of Slovenia no. 69/11; ZIntPK-UPB2) and according to the Paragraphs 13 and 14 of Article 71 of the Public Procurement Act - ZJN-2, prior to the conclusion of a contract with the selected Bidder, obtain a statement or information on the participation of natural and legal persons in the Bidder's assets, including the participation of dormant partners (founders, partners, including the dormant partners, shareholders, limited partners or other owners and data on equity stakes of such persons), as well as on economic operators, which are considered to be companies affiliated to the Bidder under the provisions of the Companies Act. In respect of natural persons, this statement shall include their personal name, residential address and their interest in the assets. In the event that the Bidder submits a false statement or provides false information on the facts stated, the contract shall be rendered null and void.

4.2.20 Fulfilled table, acc. to the instructions in item 3.15 of Tender documentation

The Bidder must enclose the fulfilled table, required in iem 3.15 of Tender documentation.

4.2.21 Technical documentation

The Bidder must enclose all relevant documentation (in written and in electronic form), wherein it must be unambiguously evident that the bidden equipment fulfils all the technical requirements and conditions, stated in chapter 3 of Tender documentation.

22

Page 23: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

5 CONTRACT AWARD CRITERIA

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

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

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

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

In case two or more bids have at the end of the evaluation equal maximum number of points, the Contracting Authority shall choose the bid that offers 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, Official Gazette of the Republic of Slovenia No. 63/2013) the review claim may be submitted by any individual who fulfils conditions, stated in article 14. of ZPVPJN.

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

6.2 METHOD OF SUBMITTING THE REVIEW 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 3.500,00 to the adequate account at the Ministry in charge of finance. The account no. is: SI56 0110 0100 0358 802, reference:11 16110-7111290-XXXXXXLL (marks X represent the number of the public tender publication, marks L represent the year of public tender publication). The review claim may refer to the content of the publication, invitation to tender or tender documentation of the subject tender.

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

7 FORMS

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

23

Page 24: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

DATA ON BIDDER AND BIDFOR PUBLIC TENDER – JN-B0654

Purchase of digital audio mixing console

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

BID NO.:

COMPANY NAME / NAME OF THE BIDDER:

LEGAL STATUS OF THE BIDDER:

ADDRESS OF THE BIDDER:

NUMBER OF (BUSINESS) ACCOUNT -IBAN, SWIFT:

BANK’S ADDRESS:

CONTACT PERSON RESPONSIBLE FOR A BID:

E-MAIL OF CONTACT PERSON, PHONE AND FAX:

ID VAT NO. OF A BIDDER.:

COMPANY REGISTRATION NO. OF A BIDDER.:

PERSON RESPONSIBLE FOR SIGNING A CONTRACT:

FUNCTION OF PERSON RESPONSIBLE FOR SIGNING A CONTRACT:

Validity of the bid: ………………………………………………….. (at least till 28 October, 2014)

Place and date: Stamp: Bidder's official

representative or authorized person

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

24

Page 25: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

DECLARATION OF BIDDER’S ACCEPTANCE OF PUBLIC PROCUREMENT CONDITIONSJN-B0654

The Bidder:

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

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

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

We herewith declare, that we accept all the conditions, required in the tender documentation for the submission of our bid on the published tender for the purchase of digital audio mixing console.

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

Place and date: Stamp: Bidder's official

representative or authorized person

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

.

25

Page 26: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

FORM OFFERFOR PUBLIC TENDER JN-B0654

Digital audio mixing console

Item

Description Value in EURwithout VAT

01 Valueof the complete bidden equipment, according to the requirements in chapter 3 of tender documentation

02 Equipment start-up and final acceptance*

03 Operational training on installed equipment at Contracting Authority **

04 Service training on installed equipment at Contracting Authority ***

05 Total 01 + 02 +03 +04

06 Allowed discount

07 TOTAL NET VALUEDDP Ljubljana, delivered to the warehouse of RTV Slovenija, Čufarjeva Street 6, Ljubljana (accord. to INCOTERMS 2010); without VAT

* The Bidder enters all the costs of the Equipment start-up and final acceptance on the premises of the Contracting Authority (i.e. all the costs in connection with the Equipment start-up and final acceptance, as well as the transport, hotel expenses and daily allowances for the Bidder's specialist, who will be present at this Equipment start-up and final acceptance). The Equipment start-up and final acceptance shall be performed after the delivery of the equipment and upon agreement with the Contracting Authority. The duration of this Equipment start-up and final acceptance shall be three working days.** The Bidder enters all the costs of operational training (i.e. all the costs in connection with the training, all the necessary literature and expedients for the training realization, as well as the transport, hotel expenses and daily allowances for the Bidder's specialist, who will run the training). The operational training shall be performed on the installed Equipment on the premises of the Contracting Authority and upon agreement with the Contracting Authority. The duration of this training shall be three working days.*** The Bidder enters all the costs of service training on installed Equipment on the premises of Contracting Authority ( i.e. all the costs in connection with the training, all the necessary literature and expedients for the training realization, as well as the transport, hotel expenses and daily allowances for the Bidder's specialist, who will run the training). The service training shall be performed on the installed Equipment on the premises of the Contracting Authority and upon agreement with the Contracting Authority. The duration of this training shall be three working days.

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 complete delivered equipment has been suc-cessfully 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:

Place and date: Stamp: Bidder's official

representative or authorized person

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

26

Page 27: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

PROFORMA INVOICE FOR PUBLIC TENDER JN-B0654

The Bidder must enclose the detailed breakdown of prices of the bid, i.e. very precisely specify the bid by individual electronic assemblies and state the appropriate prices for each item, for each mixing console separately.

This would allow the Contracting Authority the cost analysis of the individual components of the entire system and would be important for future upgrading or replacing certain components of the system.

Place and date: Stamp: Bidder's official

representative or authorized person

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

27

Page 28: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

Bidder: ………………………………………………………………

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

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

FOR A LEGAL ENTITY – PAGE 1

FOR PUBLIC TENDER JN-B0654

We hereby declare under criminal and material liability that our company has never been the subject of a conviction by final judgement for any of the criminal offences listed below that are stated in the first para-graph of Article 42 of the Public Procurement Act ZJN-2; (Official Gazette of the Republic of Slovenia, no. 12/2013-UPB5, 19/2014):

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

28

Page 29: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

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

FOR A LEGAL ENTITY – PAGE 2

FOR PUBLIC TENDER JN-B0654

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

(Circle as appropriate)

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

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

Place and date: Stamp: Bidder's official

representative or authorized person

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

Place and date: Stamp: Signature of the competent body

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

29

Page 30: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

Bidder's LEGAL REPRESENTATIVE:

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

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

FOR A LEGAL REPRESENTATIVE – PAGE 1FOR PUBLIC TENDER JN-B0654

I, the undersigned, hereby declare under criminal and material liability that I have never been convicted by final judgement for any of the criminal offences listed below that are stated in the first paragraph of Article 42 of the Public Procurement Act (ZJN-2; Official Gazette of the Republic of Slovenia, no. 12/2013-UPB5, 19/2014):

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

30

Page 31: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

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

FOR A LEGAL REPRESENTATIVE – PAGE 2

FOR PUBLIC TENDER JN-B0654

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

(Circle as appropriate)

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

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

Place and date: Signature of Bidder’s legal representative

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

Place and date: Stamp: Signature of the competent body

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

31

Page 32: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

Bidder: ………………………………………………………………

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

STATEMENT UNDER THE THIRD AND THE FOURTH PARAGRAPH OF ARTICLE 42 OF THE ZJN-2

FOR PUBLIC TENDER JN-B0654

Under criminal and material liability we hereby declare that:

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

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

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

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

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

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

Place and date: Stamp: Bidder's official

representative or authorized person

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

32

Page 33: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

Bidder: ………………………………………………………………

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

BIDDER'S STATEMENTS GIVEN UNDER CRIMINAL AND MATERIAL LIABILITYFOR PUBLIC TENDER JN-B0654

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

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

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

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

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

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

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

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

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

Place and date: Stamp: Bidder's official

representative or authorized person

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

33

Page 34: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

Bidder: ………………………………………………………………

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

DECLARATION OF THE BIDDER REGARDING THE SPARE PARTSFOR PUBLIC TENDER JN-B0654

We hereby declare under criminal and material liability, that we are going to assure the necessary original spare parts at least 7 (seven) years from the date of final acceptance of the equipment which we offered on the public tender JN-B0654, according to official valid price list of spare parts.

The Bidder must state individual prices for the following items in “set” of spare parts, as per valid price list of spare parts:

Spare part Value for 1 pcin EUR without VAT

1 motorized fader2 processor power supply3 power supply of input/output unit4. DSP card5. MIC/LIN input analogue card6. LINE input analogue card7. Line output analogue card8. AES/EBU digital input module with SRC9. AES/EBU digital output module

In case the valid price list changes, we will inform the Contracting Authority accordingly.

Place and date: Stamp: Bidder's official

representative or authorized person

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

34

Page 35: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

Bidder: ………………………………………………………………

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

DECLARATION OF THE BIDDER – ALL THE OFFERED EQUIPMENT IS FACTORY NEWFOR PUBLIC TENDER JN-B0654

We hereby declare under criminal and material liability, that all the equipment, offered on the Public Tender JN-B0654, is factory-new.

Place and date: Stamp: Bidder's official

representative or authorized person

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

35

Page 36: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

Bidder: ………………………………………………………………..

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

DECLARATION OF THE BIDDER REGARDING THE SOFTWARE UPGRADESFOR PUBLIC TENDER JN-B0654

We herewith declare, under criminal and material liability, that within the warranty period for the bidden equipment, offered on the Public Tender JN-B0654, all the software upgrades, which annul eventual faults in software and all software upgrades which do not mean considerable expansion of the functionality, shall be free of charge for the Contracting Authority.

Place and date: Stamp: Bidder's official

representative or authorized person

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

36

Page 37: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

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

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

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

STATEMENT OF THE MANUFACTURER FOR PUBLIC TENDER JN-B0654

We, …………(the Manufacturer of the equipment ) confirm, that we are acquainted with the contents of Public Tender JN-B0654 (Purchase of digital audio mixing console), 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 tender documentation no.JN-B0654.

Place and date: Stamp: Manufacturer's official

representative or authorized person

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

37

Page 38: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

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

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

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

STATEMENT OF THE PRINCIPAL FOR PUBLIC TENDER JN-B0654

We, ………(the Principal of the equipment ) confirm, that we are acquainted with the contents of Public Tender JN-B0654 (Purchase of digital audio mixing console), 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 tender documentation no. JN-B0654.

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.

Place and date: Stamp: Principal's official

representative or authorized person

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

38

Page 39: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

SAMPLE CONTRACT

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

POGODBA ŠTEV. JN-B0654

NAKUP DIGITALNE AVDIO MEŠALNE MIZE

PURCHASE OF DIGITAL AUDIO MIXING CONSOLE

Sklenjena med:Concluded between:

Radiotelevizija Slovenija, Javni zavodKolodvorska 21550 LjubljanaSlovenia

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

ki ga zastopa v. d. generalni direktor mag. Marko Fillirepresented by Mr Marko Filli, M. Sc., the Acting Director General

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

in / and

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

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

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

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

39

Page 40: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

1. člen

Pogodbeni stranki ugotavljata, da je naročnik izvedel postopek oddaje javnega naročila na osnovi 25. člena Zakona o javnem naročanju-ZJN-2 (Ur. list RS, št.: 12/2013-UPB5, 19/2014) za nakup digitalne avdio mešalne mize.

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

Article 1

The Parties agree that the Contracting Authority carried out the procedure related to the submission of Public Procurement based on Article 25. of the Public Procurement Act (ZJN-2; Official Gazette of the Republic of Slovenia, no. 12/2013-UPB5, 19/2014) for digital audio mixing console.

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

2. člen

S to pogodbo se pogodbeni stranki dogovorita o splošnih in posebnih pogojih izvedbe javnega naročila. Sestavni del te pogodbe so pogoji, določeni z razpisno dokumentacijo štev. JN-B0654, sprejeti in navedeni v ponudbeni dokumentaciji .............. z dne ……..

Article 2

The Parties agree on general and special conditions related to the realization of the Public Tender. All conditions determined by the Tender documentation no. JN-B0654, adopted and specified in the Bid documentation ….dated …… shall constitute an integral part of this Contract.

3. člen

3.1

Končna vrednost nakupa digitalane avdio mešalne mize znaša:

EUR …………………………. DDP Ljubljana, dostavljeno v skladišče RTV Slovenija v Ljubljani, Čufarjeva ul. 6 (skladno z INCOTERMS 2010), brez DDVV primeru plačila domačemu ponudniku, bo le-ta ob izstavitvi računa priračunal 22 % 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 naročnikovem količinskem prevzemu dobavljene opreme in prejemu ustreznega računa;

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

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

40

Page 41: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

Skladno z Zakonom o opravljanju plačilnih storitev za proračunske uporabnike (ZOPSPU-A), bo moral naročnik, kot posredni proračunski uporabnik, od 01. 01. 2015 dalje prejemati račune v elektronski obliki (e-račun). Zato bodo morali ponudniki oz. izvajalci s sedežem v republiki Sloveniji od 01. 01. 2015 dalje naročniku pošiljati izključno e-račune. .

Article 3

3.1

The total value of the purchase of digital audio mixing consols amounts to:

EUR …………………………. DDP Ljubljana, delivered to the warehouse of RTV Slovenija in Ljubljana, Čufarjeva Street 6 (accord. to INCOTERMS 2010); without VAT

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

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

The prices of the equipment 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 Bidder will receive the Order after the beginning of the contract validity.

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

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 complete delivered equipment has been suc-cessfully 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.

This passage (regarding e-invoices) is applicable only in Slovenian version of the Contract. After 1st January, 2015 the Bidders with the registered office in Slovenia shall be obliged to issue only e-invoices.

4. člen

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

Article 4

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

41

Page 42: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

5. člen

Ponudnik bo opremo (blago) dobavil v skladišče RTV Slovenija, Čufarjeva 6, v Ljubljani, v roku največ ………….. od začetka veljavnosti pogodbe. Delne dobave niso dovoljene. Po tem roku naročnik lahko unovči garancijo za dobro izvedbo pogodbenih obveznosti.

Naročnik bo najkasneje v sedmih dneh po prejemu mešalne mize v skladišče RTV Slovenija opravil količinski prevzem. Pri prevzemu je lahko prisoten predstavnik ponudnika. S količinskim prevzemom bo ugotovljena kompletnost dobavljene opreme.

Izobraževanje: Vsi zahtevani tečaji bodo izvršeni po končnem prevzemu opreme. Točne datume izvedbe tečajev bosta pogodbeni stranki naknadno uskladili.

Article 5

The Bidder shall supply the equipment (goods) to the warehouse of RTV Slovenija, Čufarjeva Street 6 in Ljubljana within .…........... after the Contract validity date at the latest. Partial deliveries are not allowed. After this delivery deadline the Contracting Authority may cash-in a performance guarantee.

The quantitative acceptance of the equipment shall be performed by the Contracting Authority within seven days after receipt of equipment in the warehouse RTV Slovenija. On this acceptance a representative of the Bidder may be present. With the quantitative acceptance the completeness of delivered equipment regarding contract agreement will be determined.

Trainings: All required trainings will be completed after the final acceptance of the equipment and upon agreement between the contractual parties.

6. člen

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

Ponudnik zagotavlja:

Za čas garancije: brezplačno odposlanje nadomestnih delov s hitro pošto v roku 24 ur po zahtevi, upoštevajoč delovne dni v tednu. Zahteva naročnika bo poslana preko elektronske pošte in fax sporočila. Naročnik bo vrnil pokvarjeni del po prejetju nadomestnega.

Za čas po poteku garancije : odposlanje nadomestnih delov s hitro pošto v roku 48 ur po zahtevi, upoštevajoč delovne dni. Zahteva naročnika bo poslana preko elektronske pošte in fax sporočila. Naročnik bo vrnil okvarjeni del po prejetju nadomestnega in ga plačal v 30 dneh po prejetju računa.

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

6.1Ponudnik zagotavlja, da bodo vse nadgradnje programske opreme v času garancijskega roka brezplačne za naročnika, skladno z izjavo, ki je sestavni del te pogodbe.

Article 6

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

The Bidder ensures:

- For the warranty period: the dispatch of the replacement module by express courier service within 24 hours (within the working days), from the receipt of the Contract Authority’s report by fax or e-

42

Page 43: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

mail. The Contracting Authority will return the defective module after receipt of the replacement one.

- For the after warranty period: the dispatch of the replacement module by express courier service within 48 hours (within the working days), from the receipt of the Contract Authority’s report by fax or e-mail. The Contracting Authority will return the defective module after receipt of the re-placement one and will pay it within 30 days after receipt of the invoice.

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

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

7. člen

Ponudnik se obvezuje, da bo zagotavljal od proizvajalca predvidene rezervne dele še najmanj 7 (sedem) let od datuma končnega prevzema opreme, skladno z izjavo, ki je sestavni del te pogodbe.

Article 7

The Bidder is obliged to assure the necessary spare parts, at least 7 (seven) years from the date of final acceptance of the delivered equipment, according to the Statement, that is an integral part of this Contract.

8. člen

Končni prevzem dobavljenega blaga (opreme) na lokaciji naročnika bosta opravila predstavnik naročnika in predstavnik ponudnika, ki mora imeti tehnično usposobljeno osebje. Naročnik mora opraviti končni pre-vzem opreme najkasneje v roku 120 dni po kosovnem prevzemu opreme.

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

kakovost dobavljenih in vgrajenih delov funkcionalnost stabilnost delovanja odpravljanje morebitnih napak

Vse morebitne nepravilnosti, ugotovljene pri končnem prevzemu opreme, morajo biti odpravljene s strani ponudnika v roku 14 dni, po tem roku lahko naročnik unovči garancijo za dobro izvedbo pogodbenih obveznosti, ponudnik pa mora predložiti novo garancijo za dobro izvedbo pogodbenih obveznosti.

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

Article 8

The final acceptance of delivered goods (equipment) will be performed on the premises of the Contracting Authority. It will be done by the representative of the Contracting Authority and the Bidder, who must have technically qualified staff. The final acceptance of the equipment must be completed within 120 days after the quantitative acceptance date.

At the equipment final acceptance and start-up, the following characteristics are observed:

the quality of the supplied and installed parts functionality how stable the system is when operational

43

Page 44: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

the abolishment of eventual system errors

All eventual incorrectness, ascertained at final acceptance procedure, are to be eliminated by the Bidder within 14 days, after this time limit the Contracting Authority shall cash-in a performance guarantee and the Bidder has to present new performance guarantee.

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

9. člen

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

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

Article 9

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

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

10. člen

Če dobava ni realizirana v predvidenem roku po ponudnikovi krivdi, razen v primeru višje sile, je ponudnik dolžan plačati naročniku kazen v višini 1 odstotka vrednosti celotne dobave za vsak zaključen teden, vendar ne več kot 5 odstotkov celotne pogodbene vrednosti.

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

Article 10

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

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

11. člen

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

44

Page 45: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

Article 11

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

12. člen

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

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

Article 12

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

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

13. člen

Pogodba je sklenjena z odložnim pogojem in stopi v veljavo:

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

s predložitvijo garancije za dobro izvedbo pogodbenih obveznosti (predložene s strani banke ali zavarovalnice), brezpogojne, nepreklicne in plačljive na prvi poziv, v višini 10 % pogodbene vrednosti in z veljavnostjo še 6 (šest) mesecev po pogodbeno določenem datumu dobave celotne opreme. Ponudnik je dolžan predložiti garancijo za dobro izvedbo pogodbenih obveznosti najkasneje 10 dni po podpisu pogodbe.

Article 13

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

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

by Bidder’s presentation of the Performance Guarantee (issued by Bank or Insurance Company), unconditional, irrevocable, and payable at first call in the amount of 10 % of the Contractual value and valid 6 (six) months after the confirmed delivery date of the whole equipment. The Bidder must present the Performance Guarantee at the latest 10 days after the signature of the Contract.

14. člen

45

Page 46: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

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 14

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

obtain a deal, conclude a deal under more favourable conditions, provide for the omission of due supervision over the implementation of contractual obligations, or provide for other actions or omissions through which a public body or organisation suffers damage

or which enables the representative of the public body or organisation, the other contracting party or its representative, authorised person or agent to obtain prohibited benefits,

the contract shall be rendered null and void.

15. člen

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

Article 15

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.

16. člen

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

Naročnik lahko odpove pogodbo pred njeno izpolnitvijo:

če je proti ponudniku uveden stečaj ali prisilna poravnava, če je neuspešno pretekel pogodbeno določen rok, pa ponudnik ni izpolnil pogodbenih obveznosti, če ponudnik ni odpravil ugovarjanih napak oz. odprava napak ni možna.

Ponudnik lahko odpove pogodbo:

če naročnik ne plača pogodbene cene.

Odpoved pogodbe se poda v pisni obliki, pogodba preneha veljati v petnajstih dneh po prejemu takšne odpovedi, podpisane s strani pooblaščene osebe pogodbenega stranke.

Če odpove pogodbo naročnik, lahko zahteva povrnitev škode, ki mu je nastala zaradi neizpolnitve pogodbe s strani ponudnika.

46

Page 47: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

Če odpove pogodbo ponudnik, lahko zahteva plačilo za že opravljene storitve do dneva odpovedi pogodbe. Odškodninski zahtevki pogodbeno zveste stranke s tem niso izključeni.

Article 16

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

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

the compulsory settlement, bankruptcy or liquidation procedures are initiated against the Bidder, the contractual delivery date is expired and the Bidder 's obligations are not fulfilled, the Bidder does not eliminate the defects or the elimination of the defects is not possible.

The Bidder is justified to terminate the contract if:

the Contracting Authority does not pay the contractual price.

The termination of the Contract shall be provided in writing, the contract ceases to be valid fifteen days from the receipt of such termination, signed by the authorized person of either party.

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.

17. člen

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

Article 17

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

18. člen

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

Osnovna pogodba s komercialnimi pogoji, Priloga 1 – Ponudbena dokumentacija štev. ............................................................ Priloga 2 – Garancija za dobro izvedbo pogodbenih obveznosti

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

Article 18

47

Page 48: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

The Contract encompass the following parts, which represent the uniform whole: Basic Contract including commercial terms, Slovenian and English version Enclosure 1 - Bid documentation …..No. ………… Enclosure 2 - Performance Guarantee

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

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

PODPIS IN ŽIG POOBLAŠČENIH PREDSTAVNIKOV NAROČNIKA IN PONUDNIKA – POGODBA ŠT. JN-B0654 THE SIGNATURE AND SEAL OF THE AUTHORIZED REPRESENTATIVES OF THE CONTRACTING AUTHORITY AND BIDDER – CONTRACT No. JN-B0654

Ljubljana, dne/date................. ......................., dne/date.................

NAROČNIK: / PONUDNIK: /CONTRACTING AUTHORITY: BIDDER:

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

V. d. generalni direktor / Acting Director General ………………………………….. mag. Marko Filli …………………………………..

Žig / Stamp: Žig / Stamp:

48

Page 49: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

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

Beneficiary……………………..

GUARANTEE FOR THE SERIOUSNESS OF BID NO. ________

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

1…………………………..2…………………………..3…………………………..

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

The Bank is bound to pay stated amount in the following events:a) the Bidder withdraws or changes his bid within its term of validity orb) the Bidder, selected at public selection of bids:- does not fulfil or withdraws from signing a contract in accordance with tender documentationor- does not submit or refuses to submit a Performance Bank Guarantee in accordance with tender documentation.

We are bound to pay within 15 days after the receipt of the first written demand by Contracting Authority the above mentioned amount without any additional grounding if the Contracting Authority in it’s claim states, that it is entitled to demanded amount due to fulfilment of one or two above mentioned events and if the Contradicting Authority states, to which event it refers.

Claim for above reason must be presented to the Bank and must contain:1. original summons of Contracting Authority for cashing-in the Bank guarantee in accordance with above paragraph and2. original Guarantee no. ../……………..

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

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

We have to receive your claims for cashing-in of the amount guaranteed until 28 October, 2014 at the latest. After this term the validity of guarantee is automatically terminated irrespective of whether or not the guarantee is returned to the bank.

This guarantee is not transferable.

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

Bank(stamp and signature)

49

Page 50: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

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

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

STATEMENT REGARDING THE PERFORMANCE GUARANTEEFOR PUBLIC TENDER JN-B0654

Should we, .................. (The Bidder) be awarded the Tender of RTV Slovenija, No. JN-B0654 – purchase of digital audio mixing console

WE DECLARE,

we will supply a Performance Guarantee for 10 % of the contractual value upon Contract signature, as a condition for the validity of the contract, no later than 10 days after receiving the signed contract by the Contracting Authority. The Performance Guarantee will be issued by the first class Bank or Insurance Company and will be irrevocable, unconditional and payable at first call, valid 6 months after the confirmed delivery date of the whole equipment.

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

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

……………………………… ………………………………

50

Page 51: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

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

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

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

FOR PUBLIC TENDER JN-B0654

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

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

……………………………… ………………………………

51

Page 52: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

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-B0654

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 residenceShare of ownershipDormant partner(mark as appropriate)If YES, state the holder of the dormant partnership!

YES – NO

(continue the list as appropriate)

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

Name of the legal person:Registered office of the legal person:Share of ownership:Company reg. no.:Legal person is also the holder of the dormant partnership (mark as appropriate):

YES – NO

52

Page 53: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

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.

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:

53

Page 54: RTVSLO.si · Web viewContracting Authority of the public Tender. Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana. VAT No.: SI29865174; Corporate registry

Tender documentation JN-B0654

Radiotelevizija Slovenija, Javni zavod,Commercial Department

e-mail: [email protected]

Fax No..: + 386 1 475 2186

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

EXPLANATION OF THE TENDER DOCUMENTATION NO. JN-B0654

1. Questions:

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

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

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

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

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

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

2. Answers:

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

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

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

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

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

54