RTVSLO.si - Najboljši splet vsebin



[pic]

TENDER DOCUMENTATION

PUBLIC TENDER ACCORDING TO THE

OPEN PROCEDURE

No. JN-B0460

Renovation of TV control room of news studio 1 in Regional RTV Centre Maribor

CONTENTS

1 INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER 5

2 INSTRUCTIONS FOR MAKING BIDS 6

2.1 Contracting Authority of the public Tender 6

2.2 Legal ground 6

2.3 Basic rules of operation 6

3 SUBJECT OF PUBLIC PROCUREMENT 7

3.1 Precise specification and technical requirements 8

3.1.1 Lot A: Audio equipment 8

3.1.2 Lot B – House router with multiviewer 13

3.1.3 Option No. 1 15

3.1.4 Option No. 2 16

3.1.5 Option No. 3 16

3.1.6 Lot C: Video equipment 17

3.1.7 Lot D: Modular equipment 21

3.1.8 Lot E – Intercom system 24

3.1.9 Lot F – Site renovation of TV control room and technological integration of equipment from lots A, B, C, D and E 26

1. Antistatic technological pavement 26

4 BID DOCUMENTATION 39

4.1 General conditions for making bid documentation 39

4.1.1 Clarification to the tender documentation 39

4.1.2 Language 39

4.1.3 Marking 39

4.1.4 Contents of a bid 39

4.1.5 Only one bid from each Bidder 39

4.1.6 Alternative bids and variant bids 39

4.1.7 Validity of the bid 39

4.2 Documents in the bids 40

4.2.1 Data of the Bidder or Subcontractor or Partner 40

4.2.2 Contents of the bid documentation 40

4.2.3 Form DECLARATION 40

4.2.4 Form of an OFFER 40

4.2.5 Pro forma Invoice 41

4.2.6 Bidder's “Statement on criminal offences from the first and the second paragraph of Article 42 of the Public Procurement Act (ZJN-2C)” – for a legal entity 41

4.2.7 Bidder's “Statement on criminal offences from the first and the second paragraph of Article 42 of the Public Procurement Act (ZJN-2C)” – for a legal representative 41

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

4.2.9 Form “Bidder’s statements, given under penal and material responsibility” 42

4.2.10 Bank Certificate of solvency 42

4.2.11 Guarantee for the seriousness of the bid 42

4.2.12 Declaration, stating the Bidder shall provide a Performance guarantee 42

4.2.13 Warranty conditions of the Bidder 42

4.2.14 Statement of the manufacturer or principal 43

4.2.15 Declaration of the Bidder - all the offered equipment is factory-new 43

4.2.16 Declaration of the Bidder regarding the spare parts 43

4.2.17 Fulfilment of technical requirements 43

4.2.18 Sample of the contract – for lots A, B, C, D, E 43

4.2.19 Subcontractors 43

4.2.20 Partners 44

4.2.21 Sample of the contract 44

4.2.22 References 44

4.2.23 Project documentation (PZI), demanded in point F2 – sub point »1. Engineering« 45

4.2.24 Statement regarding maximal date of integration 45

4.2.25 Statement regarding guarantee period 45

4.2.26 Statement regarding conforming the needs of Contracting Authority 45

4.2.27 Statement regarding technical requirements 45

5 CONTRACT AWARD CRITERIA 46

5.1 CRITERION for lot A, C, D, E, F 46

5.2 CRITERION for lot B 46

5.2.1 Lowest price – Main offer 46

5.2.2 Lowest price – Option 1 46

5.2.3 Lowest price – Option 2 46

5.2.4 Lowest price – Option 3 47

5.3 Two bids with equal BEST eVALUATION RESULT 47

6 A REVIEW CLAIM 48

6.1 Legal base and terms for submission 48

6.2 Method of submitting the review claim 48

7 FORMS 49

Data of the Bidder or the Subcontractor or the Partner 50

Declaration of Bidder’s acceptance of Public Procurement conditions 51

Form OFFER FOR PUBLIC TENDER JN-B0460 – lot B 53

........................................ .........................................................Form OFFER FOR PUBLIC TENDER JN-B0460 – lot c 54

Form OFFER FOR PUBLIC TENDER JN-B0460 – lot c 55

Form OFFER FOR PUBLIC TENDER JN-B0460 – lot d 56

Form OFFER FOR PUBLIC TENDER JN-B0460 – lot E 57

Form OFFER FOR PUBLIC TENDER JN-B0460 – lot F 58

Proforma Invoice 59

Statement on criminal offences from the first and the second paragraph of Article 42 of the Public Procurement Act (ZJN-2C) 60

Statement on criminal offences from the first and the second paragraph of Article 42 of the Public Procurement Act (ZJN-2C) 61

STATEMENT UNDER THE FOURTH PARAGRAPH OF ARTICLE 42 OF THE ZJN-2C 62

Bidder's Statements given under penal and material responsibility 63

Guarantee for the seriousness of Bid No...... 64

Declaration regarding the Performance Guarantee 65

STATEMENT OF THE MANUFACTURER 66

STATEMENT OF THE PRINCIPAL 67

Declaration of the Bidder – all the offered equipment is factory new 68

Declaration of the Bidder regarding the spare parts 69

Sample Contract – for lots A, B, C, D, E 70

Statement regarding Subcontractors 78

Participation of Subcontractors 79

References 80

Statement regarding maximal date of integration 81

Statement regarding technical requirements 82

Statement regarding guarantee period 83

Statement regarding conforming the needs of contracting authority 84

Sample Contract – for lot F 85

Explanation of the Tender documentation No. JN-B0460 95

[pic]

INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER

Radiotelevizija Slovenija, Javni zavod, is in compliance with 1. passage (item 1) of Article 24 of the Public Procurement Act (ZJN-2C), inviting the Bidders to submit their bids to tender in accordance with the open procedure for:

renovation of TV control room of news studio 1 in Regional RTV Centre Maribor.

Bids in three copies (one original and two copies) must be sent in sealed envelopes to the address: RTV SLOVENIJA, KOLODVORSKA 2, VLOŽIŠČE, 1550 LJUBLJANA, SLOVENIA, with the postscript: "DO NOT OPEN - FOR TENDER - OFFER FOR TENDER NO. JN-B0460. 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 22 June, 2011. Bids received after that date will not be counted and will be returned unopened to the Bidders.

Public opening of bids will be on 22. June 2011 at 09.00 o'clock, in the premises of Commercial Dpt. of RTV Slovenija at Komenskega 7 in Ljubljana.

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

Commercial Department of

RTV Slovenija

Ljubljana, 13. 05. 2011

INSTRUCTIONS FOR MAKING BIDS

1 Contracting Authority of the public Tender

Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1000 Ljubljana

VAT 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-2C).

Entire Tender documentation is written in the Slovenian and in English language. In case of any doubt or misunderstanding, the Slovenian version should therefore be considered final.

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-2C) 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.

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.

SUBJECT OF PUBLIC PROCUREMENT

The subject of Public procurement no. JN-B0460 is site and technological renovation of TV control room (named TV režija1) for news studio 1 in Regional RTV Centre Maribor.

In control room (režija1) we daily produce three news and contact transmissions with one conductor and maximum four guests.

Renovation of TV control room is divided as follows:

Technological renovation of TV control room includes:

• Lot A: audio equipment

• Lot B: House router with multiviewer

• Lot C: video equipment

• Lot D: Modular equipment

• Lot E: Intercom system

• Lot A: Avdio equipment

o A1: digital audio mixing console

o A2: dual channel ISDN codec

o A3: audio monitoring system

o A4: audio jack fields

o A5: CD Player

• Lot B – House router with multiviewer

o B1: SD/HD video router

o B2: Multiviewer

o B3: Master control switcher

• Lot C – Video equipment

o C1: HD monitors

o C2: Reference and time code generators

o C3: Video measuring instruments

o C4: Video patch bays

• Lot D – Modular equipment

• Lot E – Intercom system

o E1: Central matrix

o E2: Wired remote stations

o E3: Wireless digital remote stations

Site (plant) renovation of TV control room includes:

build in antistatic technological pavement, wall and ceiling absorption linings of different types, lowered isolative ceiling, elevated part of control room, audio isolative separation walls with glass window between audio and video part of control room, sound isolative door, technological consoles, technological rack cabinets, stand for monitors wall and working illumination (lot F).

• Lot F: site (plant) renovation of TV control room (named TV režija1) and technological integration of equipment from lots A, B, C, D and E

o F1: F1: Site renovation of TV control room

o F2: Technological integration of equipment from Items A, B,C, D and E

Optional offers:

The Bidder has to offer separately from the basic offer of Lot B also the values of the optional offers, according to the requirements in items 3.1.2

All the Contracting Authority’s technical and quantitative requirements for optional offers are in the tender documentation text marked with blue colour and are in the technical specifications reasonably added to the end of textual statements of the each connected particular basic requirements.

All optional offers must be obligatory.

In case the Contracting Authority decides for the purchase of one or more options already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of optional offers later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0460.

The value of optional offers is not included in the anticipated value of public tender JN-B0460.

1 Precise specification and technical requirements

1 Lot A: Audio equipment

1 General description of technological equipment

The object of this documentation is a digital audio mixing console, dual channel ISDN audio codec, audio monitoring system and audio jack fields for studio recording and live broadcasting in regional RTV centre Maribor. The equipment will be installed in control room (except the audio jack fields installed in machine room).

The offered equipment must meet all requirements specified in technical part of Tender documentation.

Technical documentation is divided into:

• A1: digital audio mixing console

• A2: dual channel ISDN codec

• A3: audio monitoring system

• A4: audio jack fields

• A5: CD Player

2 Technical requirements

Technical documentation

The bidder must enclose in the bid all necessary technical and operational and service documentation for the offered equipment in Slovenian or English language. The documentation must be divided into operational manual and service manual.

Technical standards

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

Offered equipment must conform to EMC standards:

- SIST EN 50081-1:1995

- SIST EN 50082-2:1997

- SIST EN 55022-2000

- SIST EN 55024:2000

A1: Audio mixing console

|No. |Description |Sample model or equivalent |Pcs |

|1 |Digital audio mixing console |Studer Vista 5 |1 |

| |Technical specifications for digital audio mixing console |

| | |

| |at least 28 parameter control channel strips to set the channel parameters (channel strips) |

| |at least 96 audio channels simultaneous processing capabilities |

| |48kHz and 96kHz sampling frequency, externally synchronizable / clockable to other technological units, CB reference |

| |internal processing with at least 40 bit floating point |

| |20 mic preamps & inputs |

| |16 analogue line inputs |

| |16 analogue line outputs |

| |36 AES digital inputs |

| |36 AES digital outputs |

| |3 SDI inputs/outputs (Embeder/De-embeder) |

| |GPI interface with at least 8 control signals |

| |conference connection of various sources in N-1 operation mode |

| |easy to use working desk with best possible data presentation of all adjustable parameters |

| |each channel strip shall have at least 4 freely assignable potentiometers/encoders, accessing different functions (such as Eq,|

| |pan, aux, dynamics parameters, etc) |

| |separate audio input meters for each channel |

| |gain reduction meters for all audio dynamics processing |

| |memorising of different configurations, saving and retrieving of temporary settings for all parameters of the mixing table |

| |(snapshots) |

| |monitoring control section with stereo capabilities for the main CR speakers plus additional speakers in stereo, PFL with |

| |stereo signal capability. |

| |video control room : audio monitor with stereo signal capability |

| |studio : audio monitor with stereo signal capability (separated volume control) |

| |stereo down mix/collapse from 5.1 surround signal and vice versa, up mix/expand to 5.1 surround from stereo signal capability |

| |possibility of connection to Intercom matrix |

| |redundancy power supply (PSU) |

| |redundant DSP modules |

| |all console parameters & settings memorisable & saveable to hard disk with safety copy (redundancy hard disk) |

| |all console parameters & settings memorisable & saveable to USB external memory unit |

| |control and check of all separate units constituting the mixing console system (PSU units, DSP modules, operative temperature |

| |control & indication) |

| |open frame upgradeable and expandable capacities with additional DSP modules and/or input/output units/modules |

| |possibility of synchronization with HD as a external reference |

| |all mains power connections & specifications must be fully compliant with current standards and regulations for Slovenia |

| |audio – follow – video via GPI adjusting the parameter of audio signal (envelope) adjusting Rise Time, On Time and Fall Time |

| |Dolby-E decoder card availability |

A2: Dual channel ISDN codec

|No. |Description |Sample model or equivalent |Pcs |

|1 |Dual Channel ISDN codec |AEQ Eagle |1 |

| |Technical specification for dual channel ISDN codec |

| | |

| |Communication Interfaces ISDN. |

| |"S" 2B+D interface Euro ISDN compatible (ETS 300 012, ETS 300 125, |

| |ETS 300 102), RJ-45 connector. |

| |"U" 2B1Q interface ANSI compatible (ANSI T1.601-1992, T1.602-1996, |

| |T1.607-1998), RJ-11 connector. Point-to-Point.RS-422 connector, V.35 o X.21 interface, DB-25 connector. |

| | |

| |Analogue inputs and outputs |

| | |

| |Main inputs: |

| |Transformer balanced, with RF filters, XLR-3 female. |

| |Input Impedance: > 6 kOhms |

| |Max level: + 22 dBv. |

| |A/D Converters at 24 bits. |

| | |

| |Intercom Mic input: |

| |Transformer balanced with a built-in RF filter |

| |Nominal level +22 dBm |

| | |

| |Main Outputs: |

| |Transformer balanced, XLR-3 male. |

| |Output Impedance: < 50 Ohms- Max Level: + 22 dBm. |

| |A/D Converters at 24 bits |

| | |

| |Headphone Output: |

| |Jack Stereo with volume control. |

| |Maximum power: 150 mW. |

| |Headphone impedance 8 to 600 Ohms. |

| | |

| |Auxiliary Telephone Connector: |

| |RJ-11 connector. |

| |Power: 18 mA CC. |

| |DTMF decoder. |

| |On/Off hook detection. |

| | |

| |Digital audio Interfaces: |

| |AES/EBU (AES-3), with transformer. |

| |Sampling frequency supported from 16KHz to 48KHz. |

| |Sampling Rate Converter (SRC): range 1:3 and 3:1 |

| |External synchronism input AES-11. |

| |SRC Dynamic Rangel: 128 Db |

| |SRC THD + noise @ 1KHz: -117 dB. |

| |Dual AES/EBU independent monaural interface (with different sampling rate) configurable to one dual input. |

| |DB-9 connectors. |

| | |

| |Other Interfaces: |

| |Data Sub-channel: DB-9, RS-232, asynchronous, data 8 bits, no parity, 1 stop bit, configurable speed. |

| |Remote control: DB-9, RS-422 full-duplex multi-access 38.400. |

| | |

| |Encoding, synchronism and bandwidth modes |

| |G. 711 A y μ Laws, with echo cancellation. 300 Hz - 3,3 KHz. |

| |G. 711 with frequency extender compatible with AEQ TLE-02D. 50 Hz - 3 KHz. |

| |Echo cancellation. |

| |G.722, statistical 20 Hz - 7 KHz. |

| |G.722, H.221/H.242, 20 Hz - 7 KHz. |

| |AEQ H.221/H.242, 20 Hz - 3,5 KHz., 32 Kbps. |

| |MPEG LII at 24, 32 and 48 KHz sampling, 64 Kbps, 20 Hz - 11 KHz. |

| |MPEG LII at 32 KHz sampling, 128 Kbps, dual, 20 Hz - 11 KHz. |

| |MPEG LII at 48 KHz sampling, 128 Kbps, mono 20 Hz - 20 KHz, joint stereo 20 Hz - 15 KHz. |

| |MPEG LII at 48 KHz sampling 256 Kbps stereo, 20 Hz . 20 KHz. |

| |MPEG LIII at 32 y 48 KHz sampling, 64 Kbps, 20 Hz - 15 KHz. |

| |MPEG LIII at 32 KHz sampling, 128 Kbps, dual, 20 Hz - 15 KHz. |

| |MPEG LIII at 48 KHz sampling, 128 Kbps, mono , 20 Hz - 20 KHz. |

| |MPEG LIII at 48 KHz sampling, 128 Kbps, stereo, 20 Hz - 15 KHz. |

| |Universal decoder LIII for all MPEG LIII modes at 64-128 Kbps, 48 KHz. |

| |AEQ-LD2 at 32 kHz sampling, low delay 128 Kbps (ADPCM multiband) 20 Hz – 15 kHz. |

| | |

| |Split Mode: |

| |Channel 1 MPEG LIII encoding (48 kHz, 64 Kbps) G.722 Decoding; vice versa in the return channel. |

| |J.52 and IMUX Synchronization at 128 Kbps. |

| | |

| |Power: |

| |Auto-range; auto-switching from 90 to 250 VAC, 50/60Hz |

A3: Audio monitoring system

|No. |Description |Sample model or equivalent |Pcs |

|1 |Active two way monitor system |1032A |2 |

| |Technical specification for active two way monitor system: |

| |Frequency response: 42 Hz - 21 kHz (± 2.5 dB) |

| |Maximum short term sine wave acoustic output (at 1m): 113 dB SPL |

| |Harmonic distortion at 90 dB SPL (at 1m): Freq: 50...100 Hz < 1% > 100 Hz < 0.5% |

| |Output power of bass ampl. with 4 Ohm: 180 W |

| |Treble amplifier output power with 8 Ohm: 120 W |

| |Maximum harmonic distortion (THD) of amplifier system: 0,05% |

| |Thermal protection for amplifiers must be included |

| |Overload protection for amplifiers must be included |

| |Treble tilt control operating range in 2 dB steps from +2 do -4 dB. |

| |Bass tilt control operating range in 2 dB steps from 0 do -6 dB. |

| |Monitoring system must be magnetically shielded. |

|2 |Stand for monitor system under No.1 |1032-460B | 2 |

| |Stand must allow to mount on the wall the active two way monitor system under No. 1 |

|3 |Active two way system |EON 315 |2 |

| |Technical specification for active two way monitor system: |

| |Frequency response: 50 Hz - 18 kHz (± 3.0 dB) |

| |Maximum short term sine wave acoustic output (at 1m): 127 dB SPL |

| |Output power of bass amplifier: 220 W |

| |Treble amplifier output power: do 60 W |

| |Maximum harmonic distortion (THD) of amplifier system: 0,1% |

| |Overload protection for amplifiers must be included |

|4 |Active monitor system for 19" rack mount |FOSTEX RM-2 |2 |

| |Technical specification for active monitor system: |

| |Active monitor must provide possibility of rack mounting |

| |Maximum hight of the housing 1 RU |

| |Active monitor must provide analog and digital imputs |

| |Monitor must have user controled headphones output 20mW+20mW, 32 ohmov |

| |Maximum short term sine wave acoustic output (at 1m): 84 dB SPL |

| |Frequency response: 200 Hz - 20 kHz |

| |Maximum harmonic distortion (THD) of amplifier system: 0,5% |

A4: Audio jack fields

|No. |Description |Sample model or equivalent |Pcs |

|1 |Audio jack fields |Ghielmetti USF 2x32 AV 3/3 SA G H |4 |

| |Technical specification audio jack fields: |

| | |

| |Must have at least 32 connections |

| |Must enable AES EBU and analogue signal transmission |

A5: CD Player

|No. |Description |Sample model or equivalent |Pcs |

|1 |CD Player |Denon DN-C640 |1 |

| |Technical specification audio jack fields: |

| | |

| |The housing must provide possibility of rack mounting |

| |Maximum hight of the housing 1 RU |

| |CD player must have minimum 1 balanced analog output |

| |CD player must have minimum 1 balanced digitalni output AES/EBU 3.5V pp, 110 ohm |

| |Must be able to playback CD, CD-R, CD-RW, MP3 |

| |Slot in CD/DVD drive |

| |Must provide remote start option (Fader start) |

| |Must be able to connect to the house computer network over the RJ45 connection |

2 Lot B – House router with multiviewer

1 General description of technological equipment

The subject of public tender is purchase of SD/HD router, multiviewer and master control switcher. The equipment will be used in system room in TV Maribor.

The offered equipment must meet all requirements specified in technical part of Tender documentation.

Technical documentation is divided into:

B1: SD/HD video router

B2: Multiviewer

B3: Master control switcher

2 Technical requirements

The Bidder must offer all the documentation for every type of equipment needed by the Contracting Authority for every day operation and maintenance (maintenance documentation only for lots where it will be requested), written in Slovenian or English language. The documentation must be divided into operational manual and service manual.

Technical standards

The offered equipment has to operate according to the PAL standards, SD (576i at 50 Hz) and HD (720p/1080i at 50 Hz):

- ITU-R BT.470-6

- ITU-R.BT472

- ITU-R BT.601/65, audio embedding SMPTE 272M

- SMPTE 292M-1998, audio embedding SMPTE 299M

- SMPTE 424M

- AES-3-1992

- AES-11-1997

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

Offered equipment must conform to EMC standards:

- SIST EN 50081-1:1995

- SIST EN 50082-2:1997

- SIST EN 55022-2000

- SIST EN 55024:2000

B1: SD/HD video routing

|No. |Description |Sample model or equivalent |Pcs |

|1 |SD/HD video routing | |1 |

| | |

| |Technical requirements for SD/HD video routing: |

| | |

| |frame must be rack mount ready |

| |video router must have modular architecture |

| |video router SD/HD must work with embeded audio signals (minimum 4 AES) |

| |video router must have minimum 64x64 cross points |

| |spare power souply must be included |

| |system must provide possibility to connect a multiviewer with 64 inputs without using the primary outputs (dual outputs or |

| |aditional outputs) |

| |video router must vork in SD mode and be able to work with minimum 8 HD inputs and outputs as same time |

| |configuration and control software must be included |

| |video router must provide minimum 8 outputs with clean switch option |

| |Synchronization of switching must be done with analogue PAL reference signal (black burst) or Tri-level reference signal |

| |any error on the routing switcher must be indicated over a LED indication, GPO, SNMP message, integrated WEB server |

| |all modules must be hot swapeble on the front side of the frame |

| |the control system of the router must have full redundand configuration (spare bords, power supply or dual control system, |

| |which automaticly replaces the faulty system) |

| |input and output connectors must be standard BNC |

| |video router must suport one of satandard protocols: Encore, Jupiter, ProBel, Utah Scientific, Evertz |

| |upgrade to 3 Gb/s must be possible |

| |spare parts must be available min. 5 years after delivery of the system |

| |operation manuals must be included in paper and digital form |

| |service manuals must be included in digital form |

| |offered must be operational and maintenance training by the manufacturer |

|2 |Programmable control panels 1 RU with minimum 20 buttons | |5 |

| | |

| |Technical requirements for control panels: |

| |Control panels should allow several levels of control |

| |Buttons on the control panel must be programmable |

| |Keys must be illuminated |

|3 |Programmable control panel 1 RU with at least 32 buttons and a small depth | |1 |

| | |

| |Technical requirements for control panels: |

| |Control panels should allow several levels of control |

| |Buttons on the control panel must be programmable |

| |Keys must be illuminated |

| |Depth of the control panel, a maximum of 4 cm |

|4 |Programmable Control Panel 2 RU | |3 |

| |and multiviewer control with LCD display | | |

| | |

| |Technical requirements for control panels: |

| |Control panels should allow several levels of control |

| |Buttons on the control panel must be programmable |

| |Keys must be illuminated |

| |Control panel should allow control of matrix and multiviewer |

3 Option No. 1

Cards for routing switch

As an option, must also be offered tab switcher, which is the subject of this contract as follows:

- input card with the highest number of inputs 1piece

- output card with the highest number of inputs 1piece

- spare cross point card 1piece

- spare power supply 1piece

-programmable control panel with at least 16 buttons,

enabling dynamic captions on buttons 1piece

B2: Multiviewer

|No. |Description |Sample model or equivalent |Pcs |

|1 |At least 64 SD / HD inputs at least eight HD SDI and DVI outputs | |1 |

| |Technical requirements for multiviewer: |

| | |

| |If the multiviewers are offered as separate devices they should be ready for installation in 19 inch stand |

| |If the multiviewers are offered as separate devices, the input connectors must me standard BNC |

| |multiviewer must have a backup power supply |

| |multiviewer must have LTC input |

| |multiviewer must have GPI inputs |

| |multiviewer must have tally inputs for signaling |

| |multiviewer must have an Ethernet or serial port for connection to the control system and production mixer Sony MVS-8000, |

| |video and audio video matrix switcher is offered in this tender |

| |multiviewer must be able to supply any input on any multiviewer output |

| |on each input of the multiviewer must be possible to connect any source from the matrix, which is specified in this tender |

| |documents, only by the SW command or pressing a button on the control panel |

| |with SW application installed on the office computer should be possible to create and save at least 10 different layout images|

| |on the displays (with UMD's) and then recall the commands with SW (SW, which allows the realization of these two requirements |

| |must be included in the offer) |

| |multiviewer control should be possible via the control unit and using specific SW applications via Ethernet or RS-422/485 port|

| |must be capable of simultaneously displaying HD-SDI signal and SD-SDI signals with an automatic signal detection |

| |delay in the displayed image relative to the input signal must be maximum one picture |

| |resolution on HD-SDI and DVI-I/HDMI output must be at least 1920x1080 and operate simultaneously |

| |must have dynamic ON-AIR (tally) signaling support for the production mixing console Sony MVS-8000 and master control switcher|

| |offered in this tender (link must be via serial or ethernet connection) |

| |UMD which are built in the multiviewer must be able to dynamically display the name of the source of the offered video matrix |

| |for each image |

| |should have the option to show levels of audio signals that are embedded in HD/SD-SDI signal (at least 4 AES) for each image |

| |must be able to display clock (internal) and counters (up and down), triggered by an external signal no the GPI input or |

| |control panel |

| |detection AFD / WSS for the proper display of 4:3 and 16:9 format video signal is required |

| |Each output of the multiviewer must allow connection of active speakers for controlling audio signals |

| |displaying the time code which is embedded into video signal (TC) |

| |markers to indicate the safety area of the image must be included |

| |offered must be operational and maintenance training by the manufacturer |

| | |

| |Multiviewer must support at least the following alarms: |

| | |

| |Video alarms: |

| |no video signal |

| |Frozen picture |

| |Black picture |

| |Video signal level is too high |

| |Audio alarm: |

| |Exceeded a certain level |

| |signal below the specified level |

| |loss of audio signal (silence) |

4 Option No. 2

Cards for multiviewer

As an option, must also be offered boards for the switcher, which is the subject of this tender as follows:

- I/O card with the highest number of inputs 1piece

- possibility to rotate images 1piece

- spare power supply 1piece

B3: Master control switcher

|No. |Description |Sample model or equivalent |Pcs |

|1 |Master control switcher | |1 |

| |Technical requirements for the master control switcher: |

| |Housing must allow mounting in 19'' rack stand |

| |Housing must be equiped with redundant power supply |

| |All inputs and outputs must support HD and SD video formats |

| |Upgrading to 3Gb/s should be possible |

| |Synchronization of switching must be done with analogue PAL reference signal (black burst) or Tri-level reference signal |

| |Controlling the audio signals must also be supported |

| |Mixing console must allow the selection of any input on the matrix presented in this tender |

| |It should have two primary inputs, which are connected to the matrix |

| |At least 3 Key/Fill input for connecting external graphics station |

| |Program, Preview, Clean outputs |

| |It should support Embeded audio signals (at least 4 AES) |

| |The system must have at least 15 GPI / GPO's |

| |The dynamic On-Air (Tally) signaling must be compatible with the multiviewer offered in this tender |

| |It must create macro commands for delayed triggering of GPO's |

| |The control panel must have at least 16 program and preview option buttons |

| |The control panel should allow dynamic tagging of resources |

| |It should provide audio monitoring |

| |Offered must be operational and maintenance training by the manufacturer |

5 Option No. 3

cards for master control switcher

- Spare power supply 1 piece

- Support for Dolby-E decoding and encoding 2 pcs

6 Lot C: Video equipment

1 General description of technological equipment

The subject of public tender is purchase of HD LCD monitors, video measuring instruments, reference signal generators and video patchbays. The equipment will be used in production control room and system room of TV Maribor.

The offered equipment must meet all requirements specified in technical part of Tender documentation.

Technical documentation is divided into:

C1: HD monitors

C2: Reference and time code generators

C3: Video measuring instruments

C4: Video patch bays

2 Technical requirements

The Bidder must offer all the documentation for every type of equipment needed by the Contracting Authority for every day operation and maintenance (maintenance documentation only for lots where it will be requested), written in Slovenian or English language. The documentation must be divided into operational manual and service manual.

Technical standards

The offered equipment has to operate according to the PAL standards, SD (576i at 50 Hz) and HD (720p/1080i at 50 Hz):

- ITU-R BT.470-6

- ITU-R.BT472

- ITU-R BT.601/65, audio embedding SMPTE 272M

- SMPTE 292M-1998, audio embedding SMPTE 299M

- SMPTE 424M

- AES-3-1992

- AES-11-1997

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

Offered equipment must conform to EMC standards:

- SIST EN 50081-1:1995

- SIST EN 50082-2:1997

- SIST EN 55022-2000

- SIST EN 55024:2000

C1: HD Monitors

|No. |Description |Sample model or equivalent |Pcs |

|1 |58'' Plasma display with HD/SD SDI input |PANASONIC TH-58PF12EK |4 |

| |Technical requirements for the HD plasma display: |

| | |

| |Diagonal visible image must be at least 58 " |

| |Monitor must have a resolution of at least 1920 x 1080 pixels |

| |The monitor should have a screen ratio of 16:9 |

| |The monitor should have a HD / SD-SDI inputs |

| |Must have a DVI-D input |

| |Offered must be wall mount kit for the monitor |

|2 |52'' LCD screen with HD/SD SDI input |SONY GXD-L52H1 |3 |

| |Technical requirements for the HD LCD monitor: |

| | |

| |Diagonal visible image must be at least 52 " |

| |Monitor must have a resolution of at least 1920 x 1080 pixels |

| |The monitor should have a screen ratio of 16:9 |

| |The monitor should have a HD / SD-SDI inputs |

| |Must have a DVI-D input |

| |Offered must be wall mount kit for the monitor |

|3 |24'' LCD screen with HD/SD SDI input |JVC DT-R24L4DE |3 |

| |Technical requirements for the HD LCD monitor: |

| | |

| |Diagonal visible image must be at least 24" |

| |Monitor must have a resolution of at least 1920 x 1080 pixels |

| |Monitor should have a HD / SD-SDI inputs |

| |Must have a DVI-D input |

| |The monitor should have a minimum of 10-bit image processing |

| |Viewing angle image must be 178° or more |

| |Signal delay time must be less than 1 picture |

| |It should provide full screen 4:3 standard definition pictures |

| |Monitor must have built in On-Air (Tally) signaling in two colours |

| |It must see the level of audio signals in embedded in video |

| |Offered must be wall mount kit for the monitor |

|4 |20'' LCD screen with HD/SD SDI input |JVC DT-V20L3GE |7 |

| |Technical requirements for the HD LCD monitor: |

| | |

| |Diagonal visible image must be at least 20" |

| |Monitor must have a resolution of at least 1680 x 1050 pixels |

| |The monitor should have a HD / SD-SDI inputs |

| |Must have a DVI-D input |

| |The monitor should have a minimum of 10-bit image processing |

| |Viewing angle image must be 178( or more |

| |Signal delay time must be less than 1 picture |

| |It should provide full screen 4:3 standard definition pictures |

| |Monitor must have built in On-Air (Tally) signaling in two colours |

| |It must see the level of audio signals in embedded in video |

| |It should provide a standard VESA 100 mounting |

C2: Reference and time code generator

|No. |Description |Sample model or equivalent |Pcs |

|1 |Reference and time code generator |Evertz MasterSync 5601 MSC |2 |

| |Technical requirements for reference and time code generator: |

| |If the generator is offered as a standalone device, should be ready for installation in 19" stand |

| |Maximum height of the can be 1 RU and must also contain a redundant power supply. |

| |All cards and power supplys must be replaceble from the front side |

| |Bi-level and tree-level outputmust be selectable |

| |It should provide at least six independently adjustable reference outputs |

| |It must generate the World-clock signal |

| |It should provide two independent time code outputs |

| |External time code input must be available |

| |The system should include an external GPS antenna, which can be located at least 100 meters from the main system |

| |It must generate a signal NTP |

| |It must include HD and SD SDI test signal generator |

|2 |Automatic change over switch in the event of failure of the generator |Evertz 5601ACO2 AutoChangeOver |1 |

| |from point 1 | | |

| |Technical requirements for automatic switch: |

| |If the generator is offered as a standalone device, should be ready for installation in 19" stand |

| |Maximum height of the housing can be 2 RU and must also contain a redundant power supply |

| |Automatic switch should allow shift all output reference signals |

| |The status of the automatic changeover switch must be evident on the front panel |

C2: Production video measuring instruments

|No. |Description |Sample model or equivalent |Pcs |

|1 |Video measuring instrument |Tektronix WFM5000 |1 |

| |Technical requirements for video measuring instrument: |

| |Video inputs: 2 HD / SD-SDI inputs with automatic detection of the signal type |

| |All incoming connections must have the bridge output (Loop Through) |

| |must support 625/50, 1080i/50, 1080p/25, 720p/50 |

| |reflected signals at the entrance: ≤ 15 dB 1MHz to 1.5 GHz |

| |Connector type: BNC standard |

| | |

| |Entrance to the reference signal: |

| |must have a passive bridge output (Loop Through) |

| |must support analog signal blackburst, composite PAL signal and three-level signal |

| |Connector type: BNC standard |

| | |

| |Measurements: |

| |video oscilloscope: (Composite, YCbCr or RGB separate / overlapping display modes, horizontal time base: 1H or 2H, with x1, x5 and x10 |

| |horizontal and increasing Mon 1V or 2V with x1, x5 and X25 Mon increasing horizontal; video oscilloscope accuracy ± 1%) |

| |vektroskop: (Cb Cr against HD and SD, vektroskopa accuracy of ± 1%) |

| | |

| |Dimensions and power: |

| |Max. Height: 3RU |

| |Max. Width: two of these units must be installed in 19" rack |

| |Max. Depth: 15 cm (without fittings) |

| |Hardware for installation in 19" rack must be delivered |

| |Permitted supply voltage should be between 100 to 240V, 50/60Hz |

| | |

| |Other requirements: |

| |Must be allowed to show: pictures, video oscilloscope, vektroskop, measurement timing signal |

| |Must have an Ethernet port for remote control |

C3: Video patch bays

|No. |Description |Sample model or equivalent |Pcs |

|1 |Video patch bays |Canare 24DV |7 |

| |Technical requirements for video patch bays: |

| | |

| |Impedance 75 Ohm |

| |Must have 2 x 24 lines in one rack height |

| |Transmit signals from DC to 3 GHz |

| |Return loss at 3 GHz is greater than 10 dB |

| |Isolation of 3 GHz is greater than 20 dB |

| |Relationship on the connector must be of type "Normal through" |

7 Lot D: Modular equipment

1 General description of technological equipment

The subject of public tender is purchase of modular equipment. The equipment will be used in production control room and system room of TV Maribor.

The offered equipment must meet all requirements specified in technical part of Tender documentation.

2 Technical requirements

The Bidder must offer all the documentation for every type of equipment needed by the Contracting Authority for every day operation and maintenance (maintenance documentation only for lots where it will be requested), written in Slovenian or English language. The documentation must be divided into operational manual and service manual.

Technical standards

The offered equipment has to operate according to the PAL standards, SD (576i at 50 Hz) and HD (720p/1080i at 50 Hz):

- ITU-R BT.470-6

- ITU-R.BT472

- ITU-R BT.601/65, audio embedding SMPTE 272M

- SMPTE 292M-1998, audio embedding SMPTE 299M

- SMPTE 424M

- AES-3-1992

- AES-11-1997

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

Offered equipment must conform to EMC standards:

- SIST EN 50081-1:1995

- SIST EN 50082-2:1997

- SIST EN 55022-2000

- SIST EN 55024:2000

Lot D: Modular equipement

|No. |Description |Sample model or equivalent |Pcs |

|1 |HD / SD Embedder with optical output |8925EMB-B HD/SD Balanced Audio Embedder |6 |

| |Technical requirements for the card: |

| |1 HD/SD SDI input |

| |4 balanced AES inputs |

| |Impedance 110 Ohm balanced input |

| |48 kHz sampling |

| |Must support Dolby E encoding |

| |It must have at least 3 HD / SD outputs with embedded audio channels |

| |Built in the optical output |

| |If the card has integrated connectors must provider add the appropriate module provider |

| |Offered card must be compatible with the optical electrical converter offered in this notice under section 7 |

|2 |HD/SD Embedder |8925EMB-B HD/SD Balanced Audio Embedder |8 |

| |Technical requirements for the card: |

| |1 HD/SD SDI input |

| |4 balanced AES inputs |

| |Impedance 110 Ohm balanced input |

| |48 kHz sampling |

| |Must support Dolby E encoding |

| |It must have at least 3 HD / SD outputs with embedded audio channels |

| |If the card has integrated connectors must provider add the appropriate module |

|3 |HD/SD DE-Embedder with optical input |8925DMB-B HD/SD Balanced Audio De-Embedder |6 |

| |Technical requirements for the card: |

| |1 HD/SD SDI input |

| |4 balanced AES outputs |

| |Impedance 110 Ohm balanced output |

| |48 kHz sampling |

| |Must support Dolby E encoding |

| |It must have at least 4 HD / SD |

| |Built in the optical input |

| |If the card has integrated connectors must provider add the appropriate module |

| |Offered card must be compatible with the optical electrical converter offered in this notice under section 8 |

|4 |HD/SD DE-Embedder |8925DMB-B HD/SD Balanced Audio De-Embedder |20 |

| |Technical requirements for the card: |

| | |

| |1 HD/SD SDI input |

| |4 balanced AES outputs |

| |Impedance 110 Ohm balanced output |

| |48 kHz sampling |

| |Must support Dolby E encoding |

| |It must have at least 4 HD / SD |

| |If the card has integrated connectors must provider add the appropriate module |

|5 |HD/SD Distribution 2× 1-4 |8945EDA-D Dual HD/SD Equalizing DA |10 |

| |Technical requirements for the card: |

| |Two HD or SD inputs 270 Mb/s, 1.5 Gb/s, SMPTE 259M standard appropriate, SMPTE 292M and SMPTE 344M |

| |Must have automatic equalization of the cable up to 330 m for SD and up to 125 m cable in HD |

| |Return loss at the input must be at least -10dB for signals of 1.5 Gb/s |

| |Must have at least 4 outputs for each input |

| |All entrances and exits must pass through embedded audio signals |

| |If the card has integrated connectors must provider add the appropriate module |

|6 |HD/SD FrameSynhronizer |8985FS SD/HD Video Frame Synchronizer |4 |

| |Technical requirements for the card: |

| |1 HD or SD input 270 Mb/s, 1.5 Gb/s, SMPTE 259M standard appropriate, SMPTE 292M and SMPTE 344M |

| |The card must be equipped with input reference signal and a passive crossing (loop) |

| |Must have automatic equalization losses of the cable up to 125 m |

| |Return loss at the input must be at least -10d B for signals of 1.5 Gb/s |

| |Must have at least 4 outputs |

| |All entrances and exits must pass through embedded audio signals |

| |If the card has integrated connectors must provider add the appropriate module |

|7 |Fiber RX |8935FC 4-Channel Fiber-Optic to 4-Channel Electrical |4 |

| |Technical requirements for the card: |

| |4 HD or SD optical inputs 270 Mb/s, 1.5 Gb/s, SMPTE 259M meets the standards, SMPTE 292M and SMPTE 297M |

| |For each optical input must offer a minimum two outputs |

| |The card must be compatible with the card offered under no. 1 |

| |All entrances and exits must pass through embedded audio signals |

| |If the card has integrated connectors must provider add the appropriate module |

|8 |Fiber TX |8935CF 4-Channel Electrical to Fiber-Optic 4-Channe |4 |

| |Technical requirements for the card: |

| |4 HD or SD optical outputs 270 Mb/s, 1.5 Gb/s, SMPTE 259M meets the standards, SMPTE 292M and SMPTE 297M |

| |For each HD/SD SDI input must offer a minimum one electrical and one optical output |

| |The card must be compatible with the card offered under no. 3 |

| |All entrances and exits must pass through embedded audio signals |

| |If the card has integrated connectors must provider add the appropriate module |

|9 |VDA |8902 Analog Video Equalizing DA |10 |

| |Technical requirements for the card: |

| |To support the distribution of at least PAL, RGB, YUV and Tri-level reference signal |

| |Must have automatic equalization losses of the cable up to 300 m |

| |Return loss at the input must be at least -40 dB for signals of 5 MHz |

| |Must have a minimum of 8 outputs |

| |The card must allow passive crossing signal (Loop) |

| |If the card has integrated connectors must provider add the appropriate module |

|10 |ADA |8910ADA-ST Stereo Analog Audio DA |6 |

| |Technical requirements for the card: |

| |Frequency range 20 Hz to 20 kHz ± 0.05 dB |

| |The possibility of setting the level of -20 dB to +30 dB |

| |Must have at least four outputs for each channel |

| |It must be able to switch from stereo to mono mode of operation |

| |If the card has integrated connectors must provider add the appropriate module |

|11 |Frame |8900FFN + dual PS |10 |

| |Technical requirements for the frame: |

| |Maximum height of the frame is 2 RU |

| |Housing must be able to assembly in 19" rack |

| |The housing must include a redundant power supply |

| |Housing should include a control card that allows Ethernet connection |

| |Housing must allow for the installation of all cards offered in this tender |

- All elements of the modular equipment must be compatible with the existing control system, Grass Valley - Newton.

8 Lot E – Intercom system

1 General description of technological equipment

The subject of the contract is the purchase of a digital wired and wireless intercom for communication between different sets of TV Maribor

The offered equipment must meet all requirements specified in technical part of Tender documentation.

Technical documentation is divided into the following seven sub-items:

E1: Central matrix

E2: Wired remote stations

E3: Wireless digital remote stations

2 Technical requirements

Technical documentation

The bidder must enclose in the bid all necessary technical and operational and service documentation for the offered digital intercom system in Slovenian or English language. The documentation must be divided into operational manual and service manual.

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

Offered equipment must conform to EMC standards:

- SIST EN 50081-1:1995

- SIST EN 50082-2:1997

- SIST EN 55022-2000

- SIST EN 55024:2000

Technical requirements

Digital intercom system must be net based system consisting of central matrix unit and a specified number of wired and wireless intercom stations. Must be designed to connect multiple full duplex channels between remote intercom stations for different users. The system must give us easy reliable and high audio quality connection with other existent communication systems such us intercoms systems telephone, party line, cameras intercom and IFB systems.

Lot E1 – Central matrix

|No. |Description |Sample model or equivalent |Pcs |

|1 |Central matrix |ClearCom Eclipse-Median |1 |

| |Technical requirements for the central matrix: |

| |The system design should be modular |

| |System capacity must be at least 32x32 |

| |It must expandeble to the full matrix system 64x64 |

| |The system must have redundant power supplies |

| |The system must allow connectivity camera intercoms with at least four cameras on the central matrix unit |

| |Frequency Response: 40 Hz to 14 kHz ± 3 dB |

| |Control input level (gain): -37 dB +12 dB |

| |Maximum Input Level: +18 dBu |

| |Inputs and Outputs must be Balanced |

| |The system must have at least 8 analog inputs and outputs |

| |The response time of pressure on the button to switch 40 ms or less |

| |Type of connections to remote stations to the RJ45 |

| |The system must contain the software required for configuration and control |

E2: Wired remote stations

|No. |Description |Sample model or equivalent |Pcs |

|1 |Wired Station 1U height with 12 user buttons |ClearCom V12LDX5-IP |11 |

|2 |Wired Station 2U height with 24 user buttons |ClearCom V24LDX5-IP |3 |

|3 |Wired Desktop Station with 12 user buttons |ClearCom V12PDDX5-IP |1 |

|4 |Microphone combination for stations under under no. 2 in 3 with one ear |ClearCom CC-95-X5 |2 |

| |handset and a XLR5 connection | | |

|5 |Microphone combination for stations under under no. 1 with one ear |ClearCom CC-26K-X5 |4 |

| |handset and a XLR5 connection | | |

|6 |Microphone for the wired stations length max. 10 cm |ClearCom 110/100 |13 |

|7 |Microphone for the wired stations length between 10 and 35 cm with noise |ClearCom 110/340/NC |4 |

| |reduction | | |

| | |

| |Technical requirements for the control panels: |

| | |

| |All stations, except for desktop, a width must be able for installation in a rack |

| |They must have a dynamic display of resources with a minimum of ten characters |

| |Stations must have XLR5 connector for microphone combinations |

| |All stations with 24 buttons must have an auxiliary audio input/output |

E3: Wireless digital remote stations

|1 |Wireless base station |ClearCom Freespeak |1 |

|2 |Portable (full duplex) wireless station |ClearCom FS-BP |4 |

|3 |Microphone combination for stations under under no. 1 with one ear |ClearCom CC-26K-X4 |5 |

| |handset and a XLR5 connection | | |

| | |

| |Technical requirements for the wireless station: |

| | |

| |Connection to the central unit must be 4-wire |

| |The wireless system must operate in the frequency range 100 Hz to 7 kHz |

| |The system must allow connection of two external antennas for communication at two sites simultaneously, the antenas must be included |

| |The system must have at least 10 custom channels |

| |Each wireless station must have a backup battery pack |

| |The system must include a charger for charging the batteries of wireless stations |

| |The system must allow a combination of microphone connector on the base station |

9 Lot F – Site renovation of TV control room and technological integration of equipment from lots A, B, C, D and E

1 General description of the technological equipment

F1: Site renovation of TV control room includes the supply and implementation of the following items:

1. Antistatic technological pavement in 600x600mm raster, height 220 mm, thickness of plates 38 mm with Alum foil bellow and electrically conductive PVC ending lining above (resistance less than 5x107 Ohm), grounded sub construction (Fire resistance EI-30).

(Sample final lining plates is selected by the customer).

Surface: 65 m2

2. Sound isolated wooden mounted safety landing height 500 mm with suitable safety staircase and safety staircase illumination, sized 7000x2500mm on which the technological console for audio, camera control and light. The landing is mounted on a raster of soft wood (pine 55x100m).

The pavement, staircase and walls are made of:

- 2x plywood 15mm,

- 1x OSB plate 18mm,

- 2x plaster paveboard 15mm. Layers are glued and screwed in raster min 30x30 cm and the plates are cross overlayed.

- In plates must be a textile antistatic lining (system Computerguard or equivalent).

Interior platform is completely filled with acoustic-absorbable material, the specific density less than 35kg/m3. Wall coverings final landing in the implementation of the washing composite plates with a thickness of 8 mm, height 500 mm, fixed to an invisible grid on the under construction and in the design, which enables the customer installation of additional installations inside the platform. Platform is protected by a railing INOX selected by the customer. Following the selection of the customer is also finishing textile lining.

(Landing fire class Cfl according to the technical guideline, wall linings C according to the technical guideline)

1 pcs

3. Wall and ceiling sound insulation lining

3.1. Wall linings panel type 1

Panel 1 is made of veneer MDF plates thick 15mm fixed in a hidden way (glued etc.) on a sustaining frame of soft (pine) wood 55x100mm, elastically fixed in a concrete sub construction. Strips are assembled in a raster 500x1000mm. Veneer and finishing (painting, ..) is selected by the customer.

The space in-between is filled with 50 mm melamine foam (eg.Basotec) with alfa coefficient 1 (over 1000 Hz), at least 0.83 (at 500Hz ), 0.34 (at 250 Hz) and 0.22 (at 125 Hz).

(Fire class for linings is C according to technical guideline).

Surface: 54 m2

3.2. Wall linings panel type 2

Panel 2 is made of soft panels width 40 mm with alfa coefficient 1 (over 500 Hz) and 0,2 ( at 125Hz) build in a wooden frame consists of strips (55x100mm) from soft wood (pine) and finished with decorative wood witch is conditioned with the venner type of panel type 1.

Soft absorptive plates are made in layers or high density mineral wool, coated with textile reinforced with glass fibers. Colour is selected by the customer. Carrying wood frame in a raster 500x1000 mm is elastically fixed on concrete sub construction.

(Fire class for linings is C according to technical guideline).

Surface: 12 m2

3.3. Wall linings panel type 3

Panel type 3 is made of soft wood (pine) frame (55x100mm) elasticly fixed in concrete sub construction. Strips are mounted in a raster 500x1000mm. 80% of the surface is covered with MDF 8 mm plates of different sizes. Total surface is finised with glass voal and covered with textile tension gripping the PVC strips (eg. Fabritrak or equivalent).

The space between is filled with 50 mm absorption melamine foam (eg. Basotec) with alfa coefficient 1 (over 1000 Hz), at least 0.83 (at 500 Hz ), 0.34 (at 250 Hz) and 0.22 (at 125 Hz). Foam is glued on the wall.

(Fire class for linings is C according to technical guideline).

Surface: 8 m2

3.4. Wall linings panel type 4

Panel type 4 is made of soft wood (pine) frame (55x100mm) elasticly fixed in concrete sub construction. Strips are mounted in a raster 500x1000mm. 60% of the surface is covered with MDF 8 mm plates of different sizes. Total surface is finised with glass voal and covered with textile tension gripping the PVC strips (eg. Fabritrak or equivalent).

The space between is filled with 50 mm absorption melamine foam (eg. Basotec) with alfa coefficient 1 (over 1000 Hz), at least 0.83 (at 500 Hz ), 0.34 (at 250 Hz) and 0.22 (at 125 Hz). Foam is glued on the wall.

(Fire class for linings is C according to technical guideline).

Surface: 8 m2

3.5. Wall linings panel tip 5

Panel type 5 is made of soft wood (pine) frame (55x100mm) elasticly fixed in concrete sub construction. Strips are mounted in a raster 500x1000mm. 40% of the surface is covered with MDF 8 mm plates of different sizes. Total surface is finised with glass voal and covered with textile tension gripping the PVC strips (eg. Fabritrak or equivalent).

The space between is filled with 50 mm absorption melamine foam (eg. Basotec) with alfa coefficient 1 (over 1000 Hz), at least 0.83 (at 500 Hz ), 0.34 (at 250 Hz) and 0.22 (at 125 Hz). Foam is glued on the wall.

(Fire class for linings is C according to technical guideline).

Surface: 8 m2

3.6. Wall linings panel tip 6

Panel type 6 is made of soft wood (pine) frame (55x100mm) elasticly fixed in concrete sub construction. Strips are mounted in a raster 500x1000mm and the surface is finised with glass voal and covered with textile tension gripping the PVC strips (eg. Fabritrak or equivalent).

The space between is filled with 50 mm absorption melamine foam (eg. Basotec) with alfa coefficient 1 (over 1000 Hz), at least 0.83 (at 500 Hz ), 0.34 (at 250 Hz) and 0.22 (at 125 Hz). Foam is glued on the wall.

(Fire class for linings is C according to technical guideline).

Surface: 8 m2

3.7. Ceiling lining panel type 7

Suspended ceiling panel type 7 is made in sandwich of plywood 6mm plates on which is both side glued absorption material depth 50 mm (eg. Basotec foam) with alfa coefficient 1 (over 1000 Hz), at least 0.83 (at 500 Hz ), 0.34 (at 250 Hz) and 0.22 (at 125 Hz). Foam is glued on the wall.

Ceiling lining is hanged on ceiling concrete construction.

(Fire class is A2 according to technical guideline).

Volume: 35 m3

3.8. Lower wall finishing lining type 8

Wall finishing lining is made of washable composite plates 8mm thick , height 20cm fixed on wooden sub construction from soft pine wood (30x100mm), elastically fixed on concrete sub construction. Colour is selected by the customer. The space between is filled with 30mm absorption melamine foam (e.g. Basotec) with alfa coefficient 1 (over 1000 Hz), at least 0.7 (at 500 Hz ), 0.3 (at 250 Hz) and 0.2 (at 125 Hz).

(Fire class for linings is C according to technical guideline).

In the final lining the entire perimeter of the room are mounted LED lighting selected by the customer.

Length: 30 m

3.9. Wall linings on evacuation path type 9

Wall linings on evacuation path (around doors) are made of hard/ compact plaster plates with no paper cover (Glasroc or equivalent) 15 mm thick, fixed on wooden sub construction of soft (pine) wood (55x100mm), elasticly fixed on concrete sub construction. Plates are finalized with paint (selected by the customer)

Wall linings with hard wooden finish are softly fixed on walls of the control room¸ from technological floor to the height of 1400mm.

Wall linings with textile finish are softly fixed on the walls of the control room from 1400mm to the height of the lowered ceiling

(Fire class is A1 according to technical guideline).

Surface: 4 m2

4. sound isolated lowered ceiling type 10

The ceiling is a two-level implementation of the cascade height 10cm. On the periphery of the space at a height of 300cm from the level of technological flor, the band with a width of 500mm mounted acoustic-perforated gypsum cardboard plates with a minimum 15% perforation. The panels are mounted on the hanging metal grid and final treatment of choice by a customer.

Other surface is in the implementation of suspended raster (600x600mm) ceiling diverted from single deck metal construction from the main and transverse width of 15 mm, suspended to the primary ceiling with hangers for dropping by 1 m. In the metal construction are inserted (easily pulled down) mineral laminate plates dim 600x600mm with alfa coefficient 1 (over2000Hz) , at least 1 (500Hz), min 0,8 ( at 250Hz) and at least 0,4 (at 125Hz) (Ecophon Focus DG or equivalent). Plates should be white with deepen colored border and T profile on site. At the plate the entire surface raster ceiling placed additional acoustic low frequency absorbable plates, a minimum thickness of 200mm, the specific density of at least 55kg/m3 (Ecophone X-Bass or equivalent). Suspended raster ceiling around the perimeter is made ​​with a cascade of 10cm height and pronounced the final edge of the dimensions of 75x75mm.

At the closing edge across the edge mounted LED lighting selected by customer.

(Fire class for linings is A2 according to technical guideline).

Surface: 45 m2

5. Technological consoles

Overall technical demands:

• All consoles must be built from the same prebuilt components

• Front part of console must be a working space for sitting work

• Console must allow installation of video and audio mixer panels chosen by the user

• Must allow installation of 19 inch equipment in the back part of the console (in operators hand reach)

• Built in hidden shelves for cable handling in console and to the technological double floor

Consoles are made of two parts. Front portion is a working space with depth that allows installation of audio and video mixers control panels. Back part is box constructed with elements in raster of 19 inch (standard IEC60297) cca 510 mm overall width.

Consoles must be mounted on stable legs with proper distance to assure carrying and stability. Back side of the console should be closed with easily detachable lids. Consoles must include cable grommets and openings for cable managing. On the back part of the console should be possible to install desk mount LCD arms.

|No. |Description |Sample model or equivalent |Pcs |

|5.1 |Technological console No.1 (Image 1) |Custom Consoles R-module system |1 |

|5.2 |Technological console No.2 (Image 2) |Custom Consoles R-module system |1 |

|5.3 |Technological console No.3 (Image 3) |Custom Consoles R-module system |1 |

|5.4 |Technological console No.4 (Image 4) |Custom Consoles R-module system |1 |

5.1. Technological console No.1 – Annex C (Studio control room)

• Dimensions 5674 x 1200mm (+/- 50 mm)

• In the central part must be possible to install video switcher Sony MVS 800 3ME under the angle of 5 degrees regarding the horizontal line

• Equipment pod should be 3 RU high under the angle of 30 degrees regarding the horizontal line. 4x 19 inch left and 4x 19 inch right from the installed video switcher

• Maximum height of the pods must be 130 mm

• For 5 working spaces

5.2. Technological console no. 2 – Annex D (Studio control room)

• Dimensions 5782 x 1200mm (+/- 50 mm) for installing the audio mixer under the angle 5-10 degrees with regard to horizontal line (look Item A1), mixing console to regulation of lights, camera controls and measuring instruments.

• For 4 working spaces

• Upper part of is 3U height at an angle of 75 degrees from the horizontal to the left (4 x 19˝) and right-hand side panel (4x19 ˝) 3U height at an angle of 30 degrees to the horizontal of audio mixing console

The left and right side of the desk continues with a work area covered by two racks with 12 RU. These surfaces are of same material as the working surface of the other worktops.

5.3. Technological console no. 3 – Annex E (Playout and ingest)

• Dimensions 4200 x 1200mm (+/- 50 mm) for installing the Master control switcher (look Item B3).

• Upper part on the left 3 RU with an angle of 30 degrees from the horizontal (5 x 19˝)

• Upper part in the center 4 RU with an angle of 75 degrees from the horizontal (2 x 19˝)

• Upper part on the right 5 RU with an angle of 90 degrees from the horizontal (3 x 19˝)

• For 2 working spaces

5.4. Technological console no. 4 – Annex F (Master control)

• 2500 x 1200mm (+/- 50 mm) for installation of measuring instruments and control panels.

• Upper part on the entire length of desk (4 x 19˝)

• Upper part hight of 3 RU with an angle of 30 degrees from the horizontal

• The maximum height of upper part is130 mm

• For 1 working space

6. Stand for the monitoring wall

- Foreseen the installation of four pieces of plasma monitors (look item Lot C1.1) in two lines and two pics LCD monitor (look Item C1.3). (look image F).

- The possibility of easy installation and removal of monitors from the monitor wall (connection, repair)

- The possibility of horizontal and vertical monitor tilt for at least 10 degrees

1 pcs

8. General and work lighting

8.1. The contractor delivers and installs adequate general illumination in a soundproof suspended ceiling with fluorescent lighting dimensions 600x600mm in accordance with regulations.

8.2. The contractor delivers and installs a working lighting that is installed on all four walls at the edge of the ceiling area of the control room at approx. 15 cm. Working lights must be LED format and must be able control the intensity.

8. Desk mount LCD arm

|No. |Description |Sample model or equivalent |Pcs |

|8 |Desk mount LCD arm |Ergotron LX Desk MountLCD Arm |30 |

Desk mount LCD arm

• The arm must carry at least 9 kg

• Must allow all possible motions for LCD monitor

• Monitor attachment according to VESA standard

F2: Technological integration of equipment from Items A, B,C, D and E

1. Engineering

The Bidder for lot F must enclose:

1.1. Based on technological project made by the user - block schemes for audio, video and intercom the bidder must propose the project for realization – Project proposal for technological project for audio connections, technological project for video connections and technological project for intercom connections. The customer assures suitable number of UPS mains connections in technological floor for all consoles and monitor wall.

1.2. Project proposal for PC connections between PC installed in machine room and 5 users in control room (monitor, mouse, keyboard) according to the submitted block scheme.

Monitor, mouse, keyboard (KVM) connections are made ​​through the KVM extenders, which should provide at least two transmission channels, DVI, USB, PS2, serial port (Gefen 7500HD role model or similar)

1.3. Based on the given dimensions of technological worktops described in Section 5 the contractor has to produce a project proposal technology worktops (mechanical drawing at disposition of furniture).

F3: Wiring - Installation Implementation

On the basis of the customer approved project proposal detailed engineering design of audio, video, computer and intercom connection wiring the provider carry out these wiring connections. Eventual minimal changes in wirings must be approved by the user. After the completion of wiring the performer must give in 30 day after the functional acceptance of control room the user a project (PID) for:

1. PID for audio wiring

2. PID video wiring

3. PID intercom wiring to the users in TVMB premises

4. PID for PC wiring

5. all drawings for technological consoles

Indications of all connections carried out by color coded and numbered rings provided by the customer. Audio wiring must allow analogue and digital (AES EBU) signal connections. Sample cable is Mogami or similar. Video wiring must allow at least HD SDI 1,5GHz signals.

|No. |Description |Sample model or equivalent |

|1 |Digital video cable |Canare L-4CFB (green) |

|2 |Analog video cable |Canare LV-61S (black) |

|3 |Connectors for 1 and 2 |BCP-C4B and BCP-C4F the cable grommet |

The tenderer should ensure at the beginning of work the cables and connectors for the part undertaken by the customer:

|No. |Description |Sample model or equivalent |Pcs |

|1 |Digital video cable |Canare L-4CFB (green) |4000 m |

|2 |Analog video cable |Canare LV-61S (black) |2000 m |

|3 |Connectors for 1 |BCP-C4B z uvodnico |1500 kom |

|4 |Connectors for 2 |BCP-C4F z uvodnico |800 kom |

|5 |Video connectors mountable |Canare BCJ-JRUDB |150 kom |

|5 |Microphone cable HQ |Mogami 2549 (black) |500 m |

|6 |Analog multicore (8) |Mogami 2932 (black) |500 m |

|7 |Analog multicore (24) |Mogami 2936 (black) |250 m |

|7 |Digital multicore (8) |Mogami 3162 (black) |1000 m |

|8 |Digital multicore (4) |Mogami 3161 (black) |1000 m |

|9 |XLR 3 - female |Neutrik NC3FXX-B |500 kom |

|10 |XLR 3 - male |Neutrik NC3MXX-B |500 kom |

|11 |XLR 3 - female |Neutrik NC3FD-LX-B |300 kom |

|12 |XLR 3 - male |Neutrik NC3MD-LX-B |300 kom |

1 Technical requirements

1 . Video cable, connectors

• Impedance 75 Ohm

• Connectors must be compatible with the offered cable

On the basis of the customer approved layout a distribution of technological worktops and monitor wall customer carries out an appropriate correction of mechanical installations in the control room (change of micro air-supply and air channels).

The customer shall ensure control over the assembly parts and carry out all installations and in contract provide the names of people who carries out the supervision.

Summary of the Contracting Authority obligations:

1. Before any work starts in control room the user turns over the place with finalized concrete floor and ceiling, painted walls and suitable number of UPS connections

2. User will terminate all audio and video connections between control room and other premises on I/O connection panels in rack cabinets located in machine room.

3. Defines the control room layout ( position of technological consoles, dividing walls between audio and video part and monitor wall)

4. Produces block schemes:

o Audio connections

o Video connections

o Intercom connections with defined users according to function and position

o PC connections

5. Technical specification of required equipment

6. Technical specification of equipment already bought by the customer and which will be installed in control room (block scheme explanation appendix h)

7. Functional acceptance and test of the equipment in presence of performer for Item F, confirmed by a formal record. The user assures the suitable magazine for equipment under Items A,B,C, D and E

8. Functional acceptance and test of the equipment under pt.6 in presence of the performer for item F

9. Supervision over combining and installation of all elements needed for final completion of control room specified in Item F – subitem F1.

10. Depending on place layout the user himself performs the suitable small corrections of clime installations (coolers and clime channels position)

11. Supervision over wiring of technological equipment for Items A,B,C, D, E and pt.6

12. Functional acceptance of control room.

13. Functional acceptance of intercom system

Summary of the Bidders obligations (Item F):

1. Purchase, assembly and installation of all elements needed for final completion of technological control room , specified in Item F – sub item F1

2. Functional acceptance and test of equipment in Items A,B,C,D and E in presence of customer confirmed by a formal record

3. Functional acceptance and test of the equipment under pt.6 in presence of the customer confirmed by a formal record

4. Installation of equipment from Items A,B,C, D and E

5. System integration of equipment from Items A,B,C, D and E

6. Carry out operators course as defined in documentation.

7. Performs the test operation of the whole technological item control room

8. Prepares the turn over record for the functionally working control room

9. Prepares the turn over record for the intercom system (functionally working)

10. Performs the expert help with control room live start operation

11. The performer must follow the time schedule which is part of tender documentation

Maximal date of integration:

The Contractor is obliged to carry out the functional acceptance and complete all the anticipated works that are the subject of this tender, no later than till 22 October, 2011.

Schedule of implementation of works:

The Contracting Authority and the Contractor will coordinate the implementation plan within the works.

After completion of the first part of work in site renovation of control room defined in Item F –sub item F1, the Bidder (performer) shall issue the first situation (I.), which is the basis for the payment. The Contracting Authority will pay the amount of the first situation within 60 days from acceptance date.

After the completion of the work defined in Item F – sub item F2 (Technological integration of equipment from Items A, B, C, D and E) the Bidder (performer) shall issue the second situation which is the basis for the payment. The Contracting Authority will pay 90% of the amount for the second situation within 60 days from acceptance date and 10% of the amount for the second situation 30 days from the start of working live of control room.

Annex - pictures:

Annex A: Layout of Studio control room

Annex B: Monitoring wall in studio control room.

Annex C: Technological console No.1 for video switcher.

Annex D: Technological console No.2 for audio mixing console, light mixing console and camera control.

Annex E: Technological console No.3 for program playout and ingest.

Annex F: Technological console No.4 for master control room.

Annex G, H, I, J and K are separate files in PDF format

Annex G: Block diagram of audio connections

Annex H: Block diagram of video connections

Annex I: Block diagram of intercom connections

Annex J: lock diagram of computer network connections

Annex K: Scheme of of technological facilities

[pic]

Annex A: Layout of Studio control room

Annex B: Monitoring wall in studio control room.

[pic]

Annex C: Technological console No.1 for video switcher.

[pic]

Annex D: Technological console No.2 for audio mixing console, light mixing console and camera control.

[pic]

Annex E: Technological console No.3 for program playout and ingest.

[pic]

Annex F: Technological console No. 4 for master control room.

BID DOCUMENTATION

1 General conditions for making bid documentation

1 Clarification to the tender documentation

The Bidder can demand clarifications to tender documentation in written or e-mail form only, using the attached form, at the latest 6 days prior to the term for acceptance of bids, to the e-mail address: javna.narocila@rtvslo.si 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: rtvslo.si/razpisi, on sub-page JAVNA NAROČILA - PUBLIC PROCUREMENT under the mark Javno naročilo JN-B0460.

2 Language

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

3 Marking

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

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

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

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

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

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

4 Contents of a bid

The Bidder can offer under the conditions that are stipulated in the tender documentation:

➢ all the required in all Lots or

➢ one or several lots, wherein all required in the single lot, have to be offered.

5 Only one bid from each Bidder

Each Bidder may submit only one bid. The Bidder, which supplies more than one bid, disqualified all other offers in which they appear. All bids will be disqualified as an improper offer.

6 Alternative bids and variant bids

Alternative bids and variant bids are not allowed.

7 Validity of the bid

Bids must be valid till 31 October 2011, 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.

2 Documents in the bids

1 Data of the Bidder or Subcontractor or Partner

2 Contents of the bid documentation

3 Form DECLARATION

4 Form of an OFFER

For lots A, B, C, D, E:

Prices must be expressed in EUR, on DDP RC RTV Maribor, in accord. with INCOTERMS 2010; without VAT. The prices must be fixed for the period of the Contract duration.

Obligatory payment conditions:

➢ 80 % within 30 days after the quantitative acceptance of the goods on location of the Contracting Authority;

➢ 20 % within 30 days of the date of functional acceptance of the system; functional acceptance of the system will be done by the representative of Contracting Authority and the representative of integrator (the most favourable Bidder in lot F); the representative of the Bidder can also be present at functional acceptance of the system;

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

Delivery date: within 30 days after the beginning of the Contract validity.

For lot F:

Prices must be expressed in EUR for all services, stated in Tender documentation, without VAT. Prices must include all works, stated in point 3.2.9 of Tender documentation (Lot F: SITE (PLANT) RENOVATION OF TV CONTROL ROOM (NAMED TV REŽIJA1) AND TECHNOLOGICAL INTEGRATION OF EQUIPMENT FROM ITEMS A, B, C, D, E), as well as all eventual works, which are not specified in documentation, but are necessary for realization of all works. Prices must be fixed for the period of the Contract duration.

Obligatory payment conditions:

➢ After completion of the first part of work in site renovation of control room defined in Item F –sub item F1, the Bidder (performer) shall issue the first situation (I.), which is the basis for the payment. The Contracting Authority will pay the amount of the first situation within 30 days from acceptance date.

➢ After the completion of the work defined in Item F – sub item F2 (Technological integration of equipment from Items A, B, C, D, E) the Bidder (performer) shall issue the second situation which is the basis for the payment. The Contracting Authority will pay 90% of the amount for the second situation within 30 days from acceptance date and 10% of the amount for the second situation 30 days from the start of working live of control room.

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

Maximal date of integration:

The Contractor is obliged to carry out the functional acceptance and complete all the anticipated works that are the subject of this tender, no later than till 22 October, 2011.

Schedule of implementation of works:

The Contracting Authority and the Contractor will coordinate the implementation plan within the works.

Optional offers:

The Bidder has to offer separately from the basic offer also the values of the optional offers, according to the requirements in items 3.1.2

All the Contracting Authority’s technical and quantitative requirements for optional offers are in the tender documentation text marked with blue colour and are in the technical specifications reasonably added to the end of textual statements of the each connected particular basic requirements.

All optional offers must be obligatory.

In case the Contracting Authority decides for the purchase of one or more options already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of optional offers later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0460.

The value of optional offers is not included in the anticipated value of public tender JN-B0460.

5 Pro forma Invoice

6 Bidder's “Statement on criminal offences from the first and the second paragraph of Article 42 of the Public Procurement Act (ZJN-2C)” – 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 30 days prior to the date set for the submission of bids.

Pursuant to the fifth paragraph of Article 42 of ZJN-2C the Bidder with the registered office in the Republic of Slovenia may, instead of providing evidence, state in the bid the relevant record and the competent national body, local community body or a person with public authority from whom such official data may be obtained by the Contracting Authority itself. In such case, the Bidder must attach to the bid the authorisation for the Contracting Authority to obtain the relevant evidence itself.

A Bidder with the registered office outside the Republic of Slovenia must submit the signed statement. 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 30 days 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 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 registered office.

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

If the Bidder has more than one legal representative, he must enclose “Bidder's Statement on criminal offences from the first and the second paragraph of Article 42 of the Public Procurement Act (ZJN-2C)” 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 30 days prior to the date set for the submission of bids.

Pursuant to the fifth paragraph of Article 42 of ZJN-2C the Bidder with the registered office in the Republic of Slovenia may, instead of providing evidence, state in the bid the relevant record and the competent national body, local community body or a person with public authority from whom such official data may be obtained by the Contracting Authority itself. In such case, the Bidder must attach to the bid the authorisation for the Contracting Authority to obtain the relevant evidence itself.

A Bidder with the registered office outside the Republic of Slovenia must submit the signed statement.

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 30 days 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 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 registered office.

8 Form “Statement under the fourth paragraph of article 42 of the ZJN-2C”

9 Form “Bidder’s statements, given under penal and material responsibility”

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.

11 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 31. 10. 2011:

➢ for lot A in the value of EUR 4.800,00,

➢ for lot B in the value of EUR 5.700,00,

➢ for lot C in the value of EUR 2.400,00,

➢ for lot D in the value of EUR 3.000,00.

➢ for lot E in the value of EUR 5.100,00,

➢ for lot F in the value of EUR 6.500,00.

12 Declaration, stating the Bidder shall provide a Performance guarantee

13 Warranty conditions of the Bidder

The Bidder must enclose the information on warranty and after-warranty maintenance of the equipment and technical support. The information must include address of the service for offered equipment, contact person, phone and fax number, time of response, max. repair time and time in which the Bidder will ensure substitutive equipment.

The minimal required warranty period for lot A, B, C, D, E is 24 months and for lot F 12 months from the date of quantitative acceptance; the Bidder can offer better conditions than requested.

14 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.

Statement of the manufacturer or principal must be included only in following Bids:

➢ Bids, submitted for lot A – only for the equipment stated in A1;

➢ Bids, submitted for lot B – for all equipment.

➢ Bids, submitted for lot D – for all equipment.

➢ Bids, submitted for lot E – for all equipment.

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

16 Declaration of the Bidder regarding the spare parts

17 Fulfilment of technical requirements

The Bidder must for each lot separately enclose documents (technical data) that prove the bidden equipment meets all the technical requirements, stated in chapters 3.2.1, 3.2.2, 3.2.3, 3.2.4, 3.2.5, 3.2.6, 3.2.7, 3.2.8 of Tender documentation.

18 Sample of the contract – for lots A, B, C, D, E

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 version should therefore be considered final.

In case the Bidder has Subcontractors or Partners, each page of the sample of the contract must be initialled and stamped also by the Subcontractor’s or Partner’s official representative or authorized person.

19 Subcontractors

In case the Bidder appears with Subcontractors, the bid documentation must contain also the following documents:

• For each of Subcontractors, the Bid must include documents, stated in points 4.2.1, 4.2.3, 4.2.6, 4.2.7, 4.2.8, 4.2.9, 4.2.10;

• Statement regarding Subcontractors;

• Contract with Subcontractors;

o Type of work to be carried out by subcontractor

o Information on the subcontractor (name, full address, registration number, VAT identification number and bank account)

o Object quantity, value, place and date of execution of such works.

The document (Contract with Subcontractors) 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.

The bidder must submit a subcontractor’s agreement, under which the Contracting Authority instead of the main contractor settles claims to subcontractor.

• Form Participation of Subcontractors;

Before changing the Subcontractors, the Bidder must obtain written approval from the Contracting Authority.

The Bidder commits that in case of any replacement subcontractor before replacing it, acquired the written consent of the subscriber.

In addition, the Bidder of the replacement subcontractor should also submit:

- it’s own statement that the Bidder commits to pay all undisputed obligations to original subcontractor,

- authorization for payment for and received part or supplies directly to the new subcontractor

- approval of a new subcontractor to a direct payment

20 Partners

In case the Bidder appears with Partners, the bid documentation must contain also the following documents:

• For each of Partners, the Bid must include documents, stated in points 4.2.1, 4.2.3, 4.2.6, 4.2.7, 4.2.8, 4.2.9, 4.2.10;

• The Bidder must for every contractor in a joint bid (Partner) submit proof of eligibility that is stated above. The contractor's authorization from the joint bid can not be replaced by the Bidder.

• Included must be a legal act on the joint implementation of the contract in the event of being selected for this contract; legal instrument on the overall performance of the contract shall specify the responsibilities of individual contractors to perform the contract. Nevertheless all Partners are liable to the Contracting Authority unlimited solidarity.

21 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 version should therefore be considered final.

In case the Bidder has Subcontractors or Partners, each page of the sample of the contract must be initialled and stamped also by the Subcontractor’s or Partner’s official representative or authorized person.

22 References

The Bidder must fulfil the form “References”. With this form the Bidder proves that he realized at least 5 projects, which are tied to “Site (plant) renovation of TV or Radio control room and technological integration of equipment into TV or Radio control room” (which can be comparable with the subject of this Public tender) since 01. 01. 2000.

The Contracting Authority shall acknowledge references, stated from the Bidder or from the Subcontractor or from the Partner.

The Contracting Authority shall examine stated data. In case the data aren’t truthful, the Bid will be excluded form further procedure.

23 Project documentation (PZI), demanded in point F2 – sub point »1. Engineering«

24 Statement regarding maximal date of integration

25 Statement regarding guarantee period

The Bidder must ensure 7 years guarantee period for all performed and accepted services (works), also for the services (works) done by the Subcontractors. The guarantee period shall start with the date the Contracting Authority has signed the Protocol of the functional acceptance of working control room.

26 Statement regarding conforming the needs of Contracting Authority

27 Statement regarding technical requirements

The Bidder must enclose all relevant documentation, required in point 3 TECHNICAL PART of Tender documentation.

The documents from point 4.2.1 to including point 4.2.12 must be included in the Bid regardless on which Lot the Bidder is submitting the Bid.

The documents from point 4.2.13 to including point 4.2.18 must be included in the Bid only by the Bidders who will submit their Bid on lots A, B, C, D and E.

The documents from point 4.2.19 to including point 4.2.27 must be included in the Bid only by the Bidders who will submit their Bid on lot F.

CONTRACT AWARD CRITERIA

The 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 (in sections, which require the optional offers, it is divided into sub-criterion). For each lot of the selected Bidder, which will according to the criteria listed below, collected the highest total score.

1 CRITERION for lot A, C, D, E, F

The Bid for lot A, C, D, E, F 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.

The maximum total score for criterion PRICE = 100 points

2 CRITERION for lot B

1 Lowest price – Main offer

The total value of the tender equipment ("main offer" of them tender form) will be converted into points according to the following account, where the base value of the minimum basic service:

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 95

The lowest offer

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

The maximum total number of points for the sub-criterion LOWEST PRICE – Main offer = 95 points

2 Lowest price – Option 1

Value of options will be offered converted into points according to the following account, where the base value of the minimum bid for this option:

The estimated offer

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

The lowest offer

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

The maximum total number of points for the sub-criterion LOWEST PRICE – Option 1 = 2 points

3 Lowest price – Option 2

Value of options will be offered converted into points according to the following account, where the base value of the minimum bid for this option:

The estimated offer

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

The lowest offer

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

The maxmum total number of points for the sub-criterion LOWEST PRICE – Option 2 = 2 points

4 Lowest price – Option 3

Value of options will be offered converted into points according to the following account, where the base value of the minimum bid for this option:

The estimated offer

( 2 - ------------------------------------------ ) x 1

The lowest offer

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

The maximum total number of points for the sub-criterion LOWEST PRICE – Option 3 = 1 points

3 Two bids with equal BEST eVALUATION RESULT

In case two or more bids have at the end of the evaluation equal maximum number of points, the Contracting Authority shall choose the bid that offers longer warranty period. Should the bid can not be chosen anyway, the next criterion is shorter delivery date.

A REVIEW CLAIM

1 Legal base and terms for submission

Pursuant to the Act on the Review of Public Procurement Procedures (ZRPJN-UPB4, Official Gazette of the Republic of Slovenia No.26/2007, ZRPJN-E, Official Gazette of the Republic of Slovenia No.53/2007) the review claim may be submitted by any individual who showed or shows interest in the award of contract and has suffered or could suffer damage due to the act of the Contracting Authority. The review claim may be submitted in all phases of public contract award procedure and against any activity of the Contracting Authority unless otherwise provided by the law regulating the award of public contract and the Act on the Review of the Public Procurement Procedures. After the contract has been awarded, the term for submitting a review claim shall be ten days following the receipt of a note on the contract award.

The review of the Public Procurement Procedures shall be carried out according to the Act on the Review of Public Procurement Procedures, while the provisions related to the procedure of the Legal Procedure Act shall only apply unless otherwise provided by the Act on the review of the Public Procurement procedures.

2 Method of submitting the review claim

The review claim must be explained. The Applicant shall forward the review claim to the Contracting Authority in two copies. Ministry in charge of finance shall be notified by one copy of the review claim. The review claim shall be sent to the Contracting Authority through registered mail with A.R. (advice of receipt), or electronically (if the signature is verified).

 

The Applicant shall state the following data on the review claim:

a) the Applicant of the review claim and the contact person;

b) the name of the Contracting Authority;

c) the public procurement (i.e. tender) and the notification on awarding the contract or recognizing the qualifications;

d) infringements;

e) facts and evidences proving the infringements;

f) evidence on the payment of a tax in the value of EUR 5.000,00; made to the adequate account at the Ministry in charge of finance. The account No.: 01100- 1000358802.

 

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

FORMS

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

Data of the Bidder or the Subcontractor or the Partner

FOR PUBLIC TENDER JN-B0460

The Bidder or the Subcontractor or the Partner (Circle as appropriate)

|NUMBER OF THE BID | |

|Company name (long title) | |

|Company name (shorter) | |

|Legal form | |

|Complete address | |

|ID number from business register | |

|VAT number | |

|Number of transaction (business) account | |

|Bank’s address | |

|Contact person (responsible for a tender) | |

|Phone No. | |

|Fax No. | |

|E-mail of contact person | |

|Person responsible for signing a contract | |

|Function of person responsible for signing a contract | |

VALIDITY OF THE BID: ……………………. (at least until 22 October, 2011.)

Place and date: Stamp: Bidder's official

representative or authorized person

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

[pic]

Declaration of Bidder’s acceptance of Public Procurement conditions

JN-B0460

The Bidder or the Subcontractor or the Partner (encircle appropriately)

- Title and name: ………………..……………………………………………………………

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

- 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 renovation of TV control room of news studio 1 in Regional RTV Centre Maribor:

(Circle as appropriate)

• Lot A: audio equipment

• Lot B: House router with multiviewer

• Lot C: video equipment

• Lot D: Modular equipment

• Lot E: Intercom system

• Lot F: Site (plant) renovation of TV control room (named TV režija1) and technological integration of equipment from lots A, B, C, D and E.

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

…..................................... …......................................................

Form OFFER FOR PUBLIC TENDER JN-B0460 – lot A

Audio equipment

| | |Value in EUR |

|Item |Description |on DDP basis |

| | |without VAT |

| | | |

|01 |Total value of offered equipment – DDP RC RTV Maribor (according to INCOTERMS | |

| |2010); without VAT | |

Payment conditions:

➢ 80 % within 30 days after the quantitative acceptance of the goods on location of the Contracting Authority;

➢ 20 % within 30 days of the date of functional acceptance of the system; functional acceptance of the system will be done by the representative of Contracting Authority and the representative of integrator (the most favourable Bidder in lot F); the representative of the Bidder can also be present at functional acceptance of the system;

Delivery date:………………………..……..(within 30 days after the beginning of the Contract validity).

Place and date: Stamp: Bidder's official

representative or authorized person

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

Form OFFER FOR PUBLIC TENDER JN-B0460 – lot B

House router with multiviewer

| | |Value in EUR |

|Item |Description |on DDP basis |

| | |without VAT |

| | | |

|01 |Total value of offered equipment | |

| | | |

|02 |Operational training on installed system (2 days)* | |

| | | |

|03 |TOTAL NET - DDP RC RTV Maribor (according to INCOTERMS 2010); without VAT | |

* 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 must be performed on the installed system in the premises of the Contracting Authority and upon agreement with the Contracting Authority. The duration of this training shall be two working days.

Payment conditions:

➢ 80 % within 30 days after the quantitative acceptance of the goods on location of the Contracting Authority;

➢ 20 % within 30 days of the date of functional acceptance of the system; functional acceptance of the system will be done by the representative of Contracting Authority and the representative of integrator (the most favourable Bidder in lot F); the representative of the Bidder can also be present at functional acceptance of the system;

Delivery date:………………………..……..(within 30 days after the beginning of the Contract validity).

Place and date: Stamp: Bidder's official

representative or authorized person

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

Form OFFER – LOT B

FOR PUBLIC TENDER JN-B0460

OPTIONAL OFFER no. 1, 2, 3 (tč. 3.1.3, 3.1.4, 3.1.5)

|Item |Description: |Piece |Total in EUR Without VAT |

|01 |B1: SD/HD video router - Cards for routing switch | | |

| | | | |

| |- input card with the highest number of inputs 1piece |1 | |

| |- output card with the highest number of inputs 1piece | | |

| |- spare cross point card 1piece | | |

| |- spare power supply 1piece | | |

| |-programmable control panel with at least 16 buttons, | | |

| |enabling dynamic captions on buttons 1piece | | |

| | | | |

| |accordance with the requirements set out in Chapter 3 - pt. 3.1.3 | | |

|02 |B2: Multiviewer - Cards for multiviewer | | |

| | |1 | |

| |- I/O card with the highest number of inputs 1piece | | |

| |- possibility to rotate images 1piece | | |

| |- spare power supply 1piece | | |

| | | | |

| | | | |

| |accordance with the requirements set out in Chapter 3 - pt. 3.1.4 | | |

|03 |B3: Master control switcher - cards for master control switcher |1 | |

| | | | |

| |- Spare power supply 1 piece | | |

| |- Support for Dolby-E decoding and encoding 2 pcs | | |

| | | | |

| |accordance with the requirements set out in Chapter 3 - pt. 3.1.5 | | |

|05 |TOTAL NET - DDP Maribor, delivered on location of the Contracting Authority RTV | |

| |Slovenija, Maribor (accor. to INCOTERMS 2010); without VAT | |

The value of this option is not included in the anticipated value of public tender JN-B0460.

In case the Contracting Authority decides for the purchase of this option already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of this option later (in the period up to one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0460.

Payment conditions:

▪ 100 % - within 30 days after the final acceptance on location of 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

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

Form OFFER FOR PUBLIC TENDER JN-B0460 – lot c

Video equipment

| | |Value in EUR |

|Item |Description |on DDP basis |

| | |without VAT |

| | | |

|01 |Total value of offered equipment | |

| | | |

|02 |Operational training on installed system (2 days)* | |

| | | |

|03 |TOTAL NET - DDP RC RTV Maribor (according to INCOTERMS 2010); without VAT | |

* 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 must be performed on the installed system in the premises of the Contracting Authority and upon agreement with the Contracting Authority. The duration of this training shall be two working days.

Payment conditions:

➢ 80 % within 30 days after the quantitative acceptance of the goods on location of the Contracting Authority;

➢ 20 % within 30 days of the date of functional acceptance of the system; functional acceptance of the system will be done by the representative of Contracting Authority and the representative of integrator (the most favourable Bidder in lot F); the representative of the Bidder can also be present at functional acceptance of the system;

Delivery date:………………………..……..(within 30 days after the beginning of the Contract validity).

Place and date: Stamp: Bidder's official

representative or authorized person

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

Form OFFER FOR PUBLIC TENDER JN-B0460 – lot d

Modular equipment

| | |Value in EUR |

|Item |Description |on DDP basis |

| | |without VAT |

| | | |

|01 |Total value of offered equipment | |

| | | |

|02 |Operational training on installed system (2 days)* | |

| | | |

|03 |TOTAL NET - DDP RC RTV Maribor (according to INCOTERMS 2010); without VAT | |

* 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 must be performed on the installed system in the premises of the Contracting Authority and upon agreement with the Contracting Authority. The duration of this training shall be two working days.

Payment conditions:

➢ 80 % within 30 days after the quantitative acceptance of the goods on location of the Contracting Authority;

➢ 20 % within 30 days of the date of functional acceptance of the system; functional acceptance of the system will be done by the representative of Contracting Authority and the representative of integrator (the most favourable Bidder in lot F); the representative of the Bidder can also be present at functional acceptance of the system;

Delivery date:………………………..……..(within 30 days after the beginning of the Contract validity).

Place and date: Stamp: Bidder's official

representative or authorized person

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

Form OFFER FOR PUBLIC TENDER JN-B0460 – lot E

Intercom system

| | |Value in EUR |

|Item |Description |on DDP basis |

| | |without VAT |

| | | |

|01 |Total value of offered equipment | |

| | | |

|02 |Operational training on installed system (2 days)* | |

| | | |

|03 |TOTAL NET - DDP RC RTV Maribor (according to INCOTERMS 2010); without VAT | |

* 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 must be performed on the installed system in the premises of the Contracting Authority and upon agreement with the Contracting Authority. The duration of this training shall be two working days.

Payment conditions:

➢ 80 % within 30 days after the quantitative acceptance of the goods on location of the Contracting Authority;

➢ 20 % within 30 days of the date of functional acceptance of the system; functional acceptance of the system will be done by the representative of Contracting Authority and the representative of integrator (the most favourable Bidder in lot F); the representative of the Bidder can also be present at functional acceptance of the system;

Delivery date:………………………..……..(within 30 days after the beginning of the Contract validity).

Place and date: Stamp: Bidder's official

representative or authorized person

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

Form OFFER FOR PUBLIC TENDER JN-B0460 – lot F

Site (plant) renovation of TV control room (named TV režija 1) and technological integration of equipment from lots A, B, C, D, E

| | |Value in EUR |

|Item |Description |on DDP basis |

| | |without VAT |

| | | |

|01 |Total value of all services (works) - DDP RC RTV Maribor (according to INCOTERMS | |

| |2010); without VAT | |

Payment conditions:

➢ After completion of the first part of work in site renovation of control room defined in Item F –sub item F1, the Bidder (performer) shall issue the first situation (I.), which is the basis for the payment. The Contracting Authority will pay the amount of the first situation within 30 days from acceptance date.

➢ After the completion of the work defined in Item F – sub item F2 (Technological integration of equipment from Items A, B, C, D, E) the Bidder (performer) shall issue the second situation which is the basis for the payment. The Contracting Authority will pay 90% of the amount for the second situation within 30 days from acceptance date and 10% of the amount for the second situation 30 days from the start of working live of control room.

Maximal date of integration:

The Contractor is obliged to carry out the functional acceptance and complete all the anticipated works that are the subject of this tender, no later than till 22 October, 2011.

Schedule of implementation of works:

The Contracting Authority and the Contractor will coordinate the implementation plan within the works.

Place and date: Stamp: Official representative or authorized person:

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

Proforma Invoice

FOR PUBLIC TENDER JN-B0460

The Bidder shall for each Lot separately state the detailed breakdown of prices for each item of the offered equipment or services (works).

The Bidder or the Subcontractor or the Partner (Circle as appropriate)

Title : ………………………………………………………………

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

Statement on criminal offences from the first and the second paragraph of Article 42 of the Public Procurement Act (ZJN-2C)

FOR A LEGAL ENTITY

FOR PUBLIC TENDER JN-B0460

We hereby declare under criminal and material liability that against our Company there have not been issued legally binding judgements for criminal offences that are defined in Penal Code (Official Gazette of the Republic of Slovenia, no. 55/08, 66/08 – correct. 39/09):

➢ crime gathering;

➢ forbidden receiving of gifts, forbidden giving of gifts, giving bribes, receiving of gifts for unlawful interventions and giving gifts for unlawful interventions,

➢ fraud, business fraud, imposture at gaining loan or benefits and denial of financial obligations,

➢ money laundering.

Furthermore, we declare under criminal and material liability that against our Company there have not been issued legally binding judgements for fraud against financial interests of European Communities (according to the 1. Art. of Convention on the protection of the European Communities’ financial interests).

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

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

REPRESENTATIVE of the Bidder or the Subcontractor or the Partner (Circle as appropriate)

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

Statement on criminal offences from the first and the second paragraph of Article 42 of the Public Procurement Act (ZJN-2C)

FOR A LEGAL REPRESENTATIVE

FOR PUBLIC TENDER JN-B0460

We hereby declare under criminal and material liability that against our Company there have not been issued legally binding judgements for criminal offences that are defined in Penal Code (Official Gazette of the Republic of Slovenia, no. 55/08, 66/08 – correct. 39/09):

➢ crime gathering;

➢ forbidden receiving of gifts, forbidden giving of gifts, giving bribes, receiving of gifts for unlawful interventions and giving gifts for unlawful interventions,

➢ fraud, business fraud, imposture at gaining loan or benefits and denial of financial obligations,

➢ money laundering.

Furthermore, we declare under criminal and material liability that against our Company there have not been issued legally binding judgements for fraud against financial interests of European Communities (according to the 1. Art. of Convention on the protection of the European Communities’ financial interests).

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

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

Bidder: ………………………………………………………………

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

STATEMENT UNDER THE FOURTH PARAGRAPH OF ARTICLE 42 OF THE ZJN-2C

FOR PUBLIC TENDER JN-B0460

Under criminal and material liability we hereby declare that:

- our company is not undergoing bankruptcy proceedings;

- a member of our management or supervisory body or a representative as stipulated by the act regulating financial operations, insolvency proceedings and compulsory winding-up, has not been, in the period of two years prior to the expiry of the deadline for submitting the bids in the public tender procedure, a partner with a holding above 25 percent or a shareholder with a holding above 25 percent or a member of the management or supervisory body or a representative of such operator against which bankruptcy proceedings, compulsory settlement or compulsory winding-up proceedings have been initiated;

- on the day of expiry of the deadline for submitting bids, we have no outstanding non-paid obligations relating to the payment of social security contributions in accordance with the legal provisions of the country of our registered office or with those of the country of the Contracting Authority;

- on the day of expiry of the deadline for submitting bids, we have no outstanding non-paid obligations relating to the payment of taxes in accordance with the legal provisions of the country of our registered office or with those of the country of the Contracting Authority.

Place and date: Stamp: Bidder's official

representative or authorized person

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

The Bidder or the Subcontractor or the Partner (encircle appropriately)

Title : ………………………………………………………………

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

Bidder's Statements given under penal and material responsibility

FOR PUBLIC TENDER JN-B0460

➢ 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 no proposal for initiating bankruptcy proceedings, compulsory settlement or compulsory winding-up proceedings against our company has been submitted and that we are not currently undergoing compulsory settlement or compulsory winding-up proceedings. 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 hereby declare under criminal and material liability that our firm is reliable, capable of managing a business, has sufficient technical capabilities, experiences and reputation and has employees, who are qualified to carry out the Contract.

➢ We hereby declare under criminal and material liability that we have fulfilled liabilities towards our subcontractors resulting from the previous public procurement procedures.

➢ We hereby declare under criminal and material liability that our company has not, during a period of the last five years, been issued any final legal or administrative decision prohibiting us from carrying out the activity which is the subject of the public tender and have not been convicted of or involved 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 not been finally convicted, in any country, for an offence related to our professional conduct.

➢ 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 towards 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 sixth paragraph of Article 42 of the ZJN-2C, 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 violated 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 information.

Place and date: Stamp: Bidder's official

representative or authorized person

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

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

Beneficiary……………………..

Guarantee for the seriousness of Bid No......

In accordance with the public procurement no. …..…, 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

or

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

- does not fulfil or withdraws from signing a contract in accordance with tender documentation

or

- 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 Contracting Authority states, to which event it refers.

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

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

above paragraph and

2. original Guarantee no. ../……………..

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

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

We have to receive your claims for cashing-in of the amount guaranteed until 31 October 2010 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)

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

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

Declaration regarding the Performance Guarantee

FOR PUBLIC TENDER JN-B0460

Should we, ................. (The Bidder) be awarded the Tender for renovation of TV control room of news studio 1 in Regional RTV Centre Maribor;

WE DECLARE

we will supply a Performance Bank Guarantee for 10 % of the contractual value upon Contract signature. The Performance Guarantee will be issued by the first class Bank or Insurance Company and will be irrevocable, unconditional and payable at first call:

➢ for lot A: valid 6 more months after the delivery date,

➢ for lot B: valid 6 more months after the delivery date,

➢ for lot C: valid 6 more months after the delivery date,

➢ for lot D: valid 6 more months after the delivery date,

➢ for lot E: valid 6 more months after the delivery date,

➢ for lot F: valid 12 more months after the contract validity.

Place and date: Stamp: Official representative or authorized person:

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

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

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

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

STATEMENT OF THE MANUFACTURER

FOR PUBLIC TENDER JN-B0460

We, ………(the Manufacturer of the equipment ) confirm, that we are acquainted with the contents of Public Tender JN-B0460 (renovation of TV control room of news studio 1 in Regional RTV Centre Maribor), 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-B0460.

Place and date: Stamp: Manufacturer's official

representative or authorized person

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

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

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

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

STATEMENT OF THE PRINCIPAL

FOR PUBLIC TENDER JN-B0460

We, ………(the Principal of the equipment ) confirm, that we are acquainted with the contents of Public Tender JN-B0460 (renovation of TV control room of news studio 1 in Regional RTV Centre Maribor), 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-B0460.

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

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

Bidder: ………………………………………………………………

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

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

FOR PUBLIC TENDER JN-B0460

We herewith declare, under penal and material responsibility, that all the equipment, offered on the Public Tender JN-B0460, is factory-new.

Place and date: Stamp: Bidder's official

representative or authorized person

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

Bidder: ………………………………………………………………

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

Declaration of the Bidder regarding the spare parts

FOR PUBLIC TENDER JN-B0460

We herewith declare under penal and material responsibility, that we are going to assure the necessary spare parts at least five (5) years from the date of final acceptance of the system for all equipment, which we offered on the public tender JN-B0460.

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

Place and date: Stamp: Bidder's official

representative or authorized person

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

Sample Contract – for lots A, B, C, D, E

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-B0460 (A,B,C) / CONTRACT NO. JN-B0460 (A,B,C)

Sklop A: Avdio oprema/Lot A – audio equipment

Sklop B – Hišna matrica z multiprikazovalnikom/Lot B – House router with multiviewer

Sklop C – Video oprema/Lot C – Video equipment

Sklop D – Modularna oprema/Lot D Modular equipement

Sklop E – Interkomski sistem/Lot C – Intercom system

Sklenjena med:

Concluded between:

Radiotelevizija Slovenija, Javni zavod

Kolodvorska 2

1550 Ljubljana

Slovenia

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

Matična štev. / Corporate registry No.:5056497

ki ga zastopa generalni direktor mag. Marko Filli

represented by Marko Filli, M. Sc., the Director General

(v nadaljevanju teksta “NAROČNIK”)

(hereinafter referred to as “CONTRACTING AUTHORITY”)

in

and

……………………………………

……………………………………

……………………………………

……………………………………

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

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

ki ga zastopa …………………………………………………..

represented by …………………………………………………

(v nadaljevanju teksta “PONUDNIK”)

(hereinafter referred to as “BIDDER”)

1. člen

Pogodbeni stranki ugotavljata, da je naročnik izvedel postopek oddaje javnega naročila na osnovi 25. člena Zakona o javnem naročanju – ZJN-2C (Ur. list RS, štev. 18/2011) za:

obnovo režije TV studia in predvajanja TV programov Regionalnem RTV Centru Maribor.

Ponudnik je bil izbran kot najugodnejši ponudnik za sklop …….. , na osnovi javnega naročila, objavljenega na portalu javni naročil RS, štev. ….., z dne ………… in v Uradnem listu EU, štev. …., 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-2C (Official Gazette of the Republic of Slovenia, No. 18/2011) for:

renovation of TV control room of news studio 1 in Regional RTV Centre Maribor.

The Bidder has been selected as the most favorable Bidder based on the Public Procurement, published in the Official Gazette of the Republic of Slovenia, for lot No. …, dated .…… and published in the Official Gazette of European Union, no. ……, dated ………..

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-B0460, sprejeti in navedeni v ponudbeni dokumentaciji štev. ........................................………………

Article 2

The Parties shall agree on general and special conditions related to putting out the Public Procurement. All conditions determined by the Tender documentation no. JN-B0460, adopted and specified in the Bid documentation No. ………………………… shall constitute an integral part of this Contract.

3. člen

3.1

Končna vrednost pogodbe znaša:

znaša EUR ……………………. DDP lokacija naročnika (skladno z INCOTERMS 2010); brez DDV

V primeru plačila domačemu ponudniku, bo le-ta ob izstavitvi računa priračunal 20 % DDV.

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

V primeru ponudnika izven držav Evropske unije pa bo naročnik izvršil uvozni postopek in poravnal davek na dodano vrednost ob sprostitvi uvoženega blaga v prost promet, skladno z določili Zakona 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, morajo vsebovati tudi oznako naročilnice. Naročilnico bo ponudnik prejel po pričetku veljavnosti pogodbe.

Naročnik bo navedeni znesek plačal na račun ponudnika štev.: .........................................................…

pri banki: ........................................................... v skladu z naslednjimi plačilnimi pogoji:

➢ 80 % v roku 30 dni po kosovnem prevzemu blaga na lokaciji naročnika;

➢ 20 % v roku 30 dni od dneva uspešno opravljenega funkcionalnega prevzema sistema; funkcionalni prevzem sistema bosta opravila predstavnik naročnika in predstavnik integratorja (najugodnejšega ponudnika za sklop F); na funkcionalnem prevzemu sistema je lahko prisoten tudi predstavnik ponudnika;

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

Article 3

3.1

The total value of the Contract amounts to:

EUR …………………………. DDP basis (accord. to INCOTERMS 2010); without VAT

In case of a payment to a domestic Bidder, the 20 % VAT shall be added.

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.

In case of an import of the goods from the third countries, the Contracting Authority shall accomplish the import procedure and pay the VAT after the imported goods have been put on the Slovenian market, according to the provisions of the Law on VAT

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

3.2

All documents issued by the Bidder shall also incorporate Order Number. The Bidder shall receive official order after validity of the Contract.

The Contracting Authority shall pay the amount specified in favour of the Bidder’s account No ………

at the Bank ……………… according to the following payment terms:.

➢ 80 % within 30 days after the quantitative acceptance of the goods on location of the Contracting Authority;

➢ 20 % within 30 days of the date of functional acceptance of the system; functional acceptance of the system will be done by the representative of Contracting Authority and the representative of integrator (the most favourable Bidder in lot F); the representative of the Bidder can also be present at functional acceptance of the system;

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

4. člen

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

Article 4

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

5. člen

Ponudnik bo blago dobavil najkasneje v roku ………… dni (največ 30 dni) od pričetka veljavnosti te pogodbe. Po tem roku naročnik lahko unovči garancijo za dobro izvedbo pogodbenih obveznosti. Naročnik bo ob dobavi opravil količinski prevzem opreme.

Ponudnik bo opravil operativni tečaj v prostorih naročnika (velja samo za sklopa A, B, C, D, E) najkasneje v roku ………… dni (največ 60 dni) od dneva kosovnega prevzema blaga na lokaciji naročnika.

Article 5

Bidder shall supply the goods at the latest within …………………. days (maximum 30 days) after the validity date of the Contract. After this delivery deadline the Contracting Authority may cash-in a performance guarantee. At delivery, the quantitative acceptance shall be made by the Contracting Authority.

The Bidder shall perform operational training in the premises of the Contracting Authority (only for lot A, B, C, D, E) at the latest within ……….. days (maximum 60 days) from the date of quantitative acceptance.

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 ……. mesecev (najmanj 24 mesecev za sklopa A, B, C, D, E ter najmanj 12 mesecev za sklop F) in prične teči z dnem, ko naročnik podpiše zapisnik o uspešno opravljenem funkcionalnem prevzemu sistema.

Natančnejši podatki so navedeni v prilogi 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….months (at least 24 months for lot A, B, C, D, E ant at least 12 months for lot F) and shall start with the date the Contracting Authority has signed the Protocol of the functional acceptance of working control room.

Detailed data are stated in the enclosure of this Contract.

7. člen

Funkcionalni prevzem sistema bosta opravila predstavnik naročnika in predstavnik integratorja (najugodnejšega ponudnika za sklop F). Na funkcionalnem prevzemu sistema je lahko prisoten tudi predstavnik ponudnika.

Vse morebitne nepravilnosti, ugotovljene pri funkcionalnem prevzemu opreme, morajo biti odpravljene s strani ponudnika v roku 14 dni, po tem roku lahko naročnik unovči garancijo za dobro izvedbo pogodbenih obveznosti. Šteje se, da je funkcionalni prevzem izvršen takrat, ko so odpravljene vse morebitno ugotovljene nepravilnosti, ki jih mora naročnik specificirati v pisni obliki.

Article 7

Functional acceptance of the system will be done by the representative of Contracting Authority and the representative of integrator (the most favourable Bidder in lot F). The representative of the Bidder can also be present at functional acceptance of the system.

All eventual incorrectnesses, ascertained at functional acceptance of the working control room, are to be eliminated by the Bidder within 14 days, after this time limit the Contracting Authority shall cash-in a performance guarantee. It is understood that the final acceptance will be completed when all eventual incorrectnesses are eliminated. The incorrectnesses are to be specified in writing by the Contracting Authority.

8. člen

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

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

Article 8

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

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

9. člen

Ponudnik se obvezuje, da bo v dobi zagotavljanja rezervnih delov za ponujeno opremo (pet let po funkcionalnem prevzemu sistema), dobavljal le-te skladno z uradnim cenikom ponudnika, kot je navedeno v ponudbeni dokumentaciji, ki je sestavni del te pogodbe.

Article 9

The Bidder is obliged that he shall in the period of 5 years after the date of functional acceptance of the system, ensure the necessary spare parts for the bidden equipment (in accordance with official spare parts list), as specified in the Bid documentation which is the integral part of this Contract.

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 odstotek vrednosti dobave, ki predstavlja funkcionalno enoto za vsak zaključen teden, vendar ne več kot 5 odstotkov celotne pogodbene vrednosti.

Kazen začne teči naslednji delovni dan po določenem času dobave.

Če dobava zaostaja po ponudnikovi krivdi za več kot 8 tednov, 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 % of a respective partial delivery, incorporating a functional unit, for each week completed, but not increasing 5 % 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 8 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

Ponudnik je skladno z določili razpisne dokumentacije štev. JN-B0460 ponudil ločeno od osnovne ponudbe (za sklop B) tudi opcije št. 1 - kartice za preklopnik, 2 – kartice za multi prikazovalnik, 3 – kartice za avdio/video mešalno mizo.

V primeru, da se bo naročnik odločil za nakup ene ali več opcijskih ponudb že ob odločitvi o oddaji javnega naročila, jo/jih bosta pogodbeni stranki vključili v osnovno pogodbo. Če pa se bo naročnik odločil za nakup opcijskih ponudb kasneje (v roku do enega leta od pričetka veljavnosti osnovne pogodbe, v skladu z dejanskimi potrebami in razpoložljivimi finančnimi možnostmi), bosta pogodbeni stranki sklenili Dodatek k pogodbi JN-B0460.

Article 11

The Bidder offered according to the stipulations of the tender documentation no. JN-B0460, separately from the main offer (for Lot B) also Options 1-Cards for routing switch, 3-Cards for multiviewer, 2 - cards for master control switcher.

In case the Contracting Authority decides for the purchase of one or more options already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of optional offers later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0460.

12. člen

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

Article 12

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.

13. člen

V primeru višje sile kot so požar, poplava, potres, vojna, stavke in podobno, se lahko naročnik in ponudnik sporazumeta za podaljšanje roka izpolnitve po tej pogodbi, za dobo trajanja višje sile. Če zaradi daljših rokov trajanja višje sile ne bi bilo mogoče izpolniti pogodbenih obveznosti, lahko pogodbeni stranki pogodbo prekineta. Prekinitev ali podaljšanje pogodbe mora biti v pisni obliki. V primeru daljšega trajanja višje sile pogodbeni stranki lahko pogodbo razdreta, vsaka stranka nosi svoje, do razdrtja pogodbe nastale stroške. V primeru že plačanega pogodbenega zneska se ponudnik zavezuje, da vrne naročniku kupnino s pripadajočimi zakonitimi zamudnimi obrestmi.

Article 13

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

14. 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, brezpogojne, nepreklicne in plačljive na prvi poziv, v višini 10 % pogodbene vrednosti in z veljavnostjo še 6 mesecev po datumu dobave opreme. Ponudnik je dolžan predložiti garancijo za dobro izvedbo pogodbenih obveznosti najkasneje 10 dni po podpisu pogodbe.

Article 14

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, irrevocable, unconditional and payable at first call in the amount of 10 % of the Contractual value and valid 6 months after delivery of the equipment. The Bidder must present the Performance Guarantee at the latest 10 days after the signature of the Contract.

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 tridesetih 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.

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 thirty 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: 01 475 ….), 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 (izdana s strani banke ali

➢ zavarovalnice), brezpogojna, nepreklicna in izplačljiva na prvi poziv, v višini 10 % pogodbene vrednosti, veljavna še 6 mesecev po datumu dobave opreme

Vsak člen pogodbe je najprej napisan v slovenskem jeziku, nato pa še v angleškem jeziku. V primeru kakršnegakoli dvoma ali napačne razlage prevlada slovenska različica.

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

Article 18

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

➢ Basic Contract including commercial terms, Slovenian and English version

➢ Annex 1 - Bid documentation …..No. …………

➢ Annex 2 - Performance Guarantee, irrevocable, unconditional and payable at first call in the amount of 10 % of the Contractual value and valid 6 months after the delivery date of the equipment.

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 shall solely prevail.

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-B0460 (A, B, C, D, E)

THE SIGNATURE AND SEAL OF THE AUTHORIZED REPRESENTATIVES OF THE CONTRACTING AUTHORITY AND BIDDER – CONTRACT No. JN-B0460 (A, B, C, D, E)

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

NAROČNIK: / PONUDNIK: /

CONTRACTING AUTHORITY: BIDDER:

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

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

mag. Marko Filli …………………………………..

Žig / Stamp: Žig / Stamp:

Bidder: ………………………………………………………………

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

Statement regarding Subcontractors

FOR PUBLIC TENDER JN-B0460

We herewith DECLARE, under criminal and material liability, that

➢ Regardless of the number of our Subcontractors, we will be totally responsible for execution of all services (works)

➢ Before changing the Subcontractors, we will obtain written approval from the Contracting Authority.

NOTE: This form should be fulfilled, signed and stamped only by the Bidders which participate with Subcontractors).

Place and date: Stamp: Official representative or authorized person:

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

Bidder: ………………………………………………………………

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

Participation of Subcontractors

FOR PUBLIC TENDER JN-B0460

In this Public Tender we will participate together with the following Subcontractors. Here are their shares in total value of our Bid:

▪ The share of the Subcontractor …………….…………….………………………….. (title) amounts to € ……………………., which represents ……………. % of total value of the Bid.

▪ The share of the Subcontractor …………….…………….………………………….. (title) amounts to € ……………………., which represents ……………. % of total value of the Bid.

▪ The share of the Subcontractor …………….…………….………………………….. (title) amounts to € ……………………., which represents ……………. % of total value of the Bid.

(paragraph should be repeated for all number of Subcontractors)

NOTE: This form should be fulfilled, signed and stamped only by the Bidders which participate with Subcontractors).

Place and date: Stamp: Official representative or authorized person:

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

Bidder: ………………………………………………………………..

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

References

FOR PUBLIC TENDER JN-B0460

The Bidder must fulfil the form “References”. With this form the Bidder proves that he realized at least 5 projects, which are tied to “Site (plant) renovation of TV or Radio control room and technological integration of equipment into TV or Radio control room” (which can be comparable with the subject of this Public tender) since 01. 01. 2000.

| |Subscriber of the project |Location of the|Type of the project |Value of the project |Realization date of|Contact person (phone |

| | |project | |in € without VAT |the project |and e-mail) |

|1 | | | | | | |

|2 | | | | | | |

|3 | | | | | | |

|4 | | | | | | |

|5 | | | | | | |

|6 | | | | | | |

|7 | | | | | | |

|8 | | | | | | |

|9 | | | | | | |

|10 | | | | | | |

The Contracting Authority shall acknowledge references, stated from the Bidder or from the Subcontractor or from the Partner.

The Contracting Authority shall examine stated data. In case the data aren’t truthful, the Bid will be excluded form further procedure.

Place and date: Stamp: Official representative or authorized person:

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

Bidder: ………………………………………………………………

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

Statement regarding maximal date of integration

FOR PUBLIC TENDER JN-B0460

We herewith DECLARE, under criminal and material liability, that we will conclude all works, which are subject of lot F, no later than till 22 October, 2011.

Place and date: Stamp: Official representative or authorized person:

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

Bidder: ………………………………………………………………

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

Statement regarding technical requirements

FOR PUBLIC TENDER JN-B0460

We herewith DECLARE, under criminal and material liability, that

we will fulfil all technical requirements, stated in Tender documentation JN-B0460 for lot F: “Site (plant) renovation of TV control room (named TV režija1) and technological integration of equipment from lots A, B, C, D in E”.

Place and date: Stamp: Official representative or authorized person:

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

Bidder: ………………………………………………………………

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

Statement regarding guarantee period

FOR PUBLIC TENDER JN-B0460

We herewith DECLARE, under penal and material responsibility, that

we ensure 7 years guarantee period for all performed and accepted services (works), also for the services (works) done by the Subcontractors. The guarantee period shall start with the date the Contracting Authority has signed the Protocol of the functional acceptance of working control room.

Place and date: Stamp: Official representative or authorized person:

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

Bidder: ………………………………………………………………

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

Statement regarding conforming the needs of contracting authority

FOR PUBLIC TENDER JN-B0460

We herewith DECLARE, under criminal and material liability, that

all works will be done in accordance with legal regulations and standards, technical documentation and branch roles. We will consider movement limitations and occasional interruptions, as to activities of the Regional RTV Centre Maribor (especially during noisy works).

Place and date: Stamp: Official representative or authorized person:

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

Sample Contract – for lot F

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-B0460 (F)

CONTRACT NO. JN-B0460 (F)

Sklop F: prostorska prenova TV režije 1

in tehnološka integracija opreme sklopov A, B, C, D in E

Lot F: Site (plant) renovation of TV control room (named TV režija1) and technological integration of equipment from lots A, B, C, D in E

Sklenjena med:

Concluded between:

Radiotelevizija Slovenija, Javni zavod

Kolodvorska 2

1550 Ljubljana

Slovenia

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

Matična štev. / Corporate registry No.:5056497

ki ga zastopa generalni direktor mag. Marko Filli

represented by Marko Filli, M. Sc., the Director General

(v nadaljevanju teksta “NAROČNIK”)

(hereinafter referred to as “CONTRACTING AUTHORITY”)

in

and

……………………………………

……………………………………

……………………………………

……………………………………

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

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

ki ga zastopa …………………………………………………..

represented by …………………………………………………

(v nadaljevanju teksta “IZVAJALEC”)

(hereinafter referred to as “CONTRACTOR”)

1. člen

Pogodbeni stranki ugotavljata, da je naročnik izvedel postopek oddaje javnega naročila na osnovi 25. člena Zakona o javnem naročanju – ZJN-2C (Ur. list RS, štev. 18/2011) za:

obnovo režije TV studia in predvajanja TV programov Regionalnem RTV Centru Maribor.

Ponudnik je bil izbran kot najugodnejši ponudnik za sklop F…… , na osnovi javnega naročila, objavljenega na portalu javni naročil RS, štev. ….., z dne ……… in v Uradnem listu EU, štev. …., 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-2C (Official Gazette of the Republic of Slovenia, No. 18/2011) for:

renovation of TV control room of news studio 1 in Regional RTV Centre Maribor.

The Bidder has been selected as the most favorable Bidder based on the Public Procurement, published in the Official Gazette of the Republic of Slovenia, for lot F, No. …, dated .…… and published in the Official Gazette of European Union, no. ……, dated ………..

2. člen

S to pogodbo se pogodbeni stranki dogovorita o splošnih in posebnih pogojih izvedbe predmeta javnega naročila. Sestavni del te pogodbe so pogoji, določeni z razpisno dokumentacijo štev. JN-B460, sprejeti in navedeni v ponudbeni dokumentaciji štev. ........................................………………

Article 2

The Parties shall agree on general and special conditions related to putting out the Public Procurement. All conditions determined by the Tender documentation no. JN-B0460, adopted and specified in the Bid documentation No. ………………………… shall constitute an integral part of this Contract.

3. člen

3.1.

Končna vrednost pogodbe znaša:

EUR …………………………. brez DDV

V primeru plačila domačemu ponudniku, bo le-ta ob izstavitvi računa priračunal 20 % DDV.

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

V primeru ponudnika izven držav Evropske unije pa bo naročnik izvršil uvozni postopek in poravnal davek na dodano vrednost ob sprostitvi uvoženega blaga v prost promet, skladno z določili Zakona o DDV.

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

Vsi dokumenti, ki jih izda izvajalec, morajo vsebovati tudi oznako naročilnice. Naročilnico bo izvajalec prejel po pričetku veljavnosti pogodbe.

3.2.

Naročnik bo navedeni znesek plačal na račun izvajalca štev...................................................................

pri banki .................................................... v skladu z naslednjimi plačilnimi pogoji:

➢ Izvajalec po izvedenih in s strani naročnika prevzetih delih »prostorska prenova TV režije 1«, opredeljenih v sklopu F, pod sklop F1, izda prvo (I.) situacijo, ki je osnova za plačilo. Naročnik bo izvajalcu plačal 100 % vrednosti prve situacije v 30 dneh od prevzema del.

➢ Izvajalec po izvedenih in s strani naročnika prevzetih delih »tehnološka integracija opreme iz sklopov A, B, C, D in E«, opredeljenih v sklopu F, pod sklop F2, izda drugo (II.)situacijo, ki je osnova za plačilo. Naročnik bo 90% vrednosti druge situacije plačal v 30 dneh od prevzema, 10% pa 30 dni od pričetka delovanja tehnološkega sklopa režije 1.

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

3.2.1

V primeru, da ponudnik izvaja javno naročilo s podizvajalci, mora ta v pogodbi pooblastiti naročnika, da na podlagi potrjenega računa oziroma situacije neposredno plačuje podizvajalcem.

Ponudnik mora predložiti podizvajalčevo soglasje na podlagi katerega naročnik namesto glavnega izvajalca poravna podizvajalčevo terjatev do glavnega izvajalca.

3.2.2

V primeru da ponudnik izvaja javno naročilo s podizvajalci, bodo v pogodbi navedeni tudi podatki podizvajalca, ki so obvezni sestavni del pogodbe. Ti so:

o Vrsta del, ki jih bo izvajal podizvajalec

o Podatki o podizvajalcu (naziv, polni naslov, matična številka, davčna številka in transakcijski račun),

o Predmet, količina, vrednost, kraj in rok izvedbe teh del.

3.2.3

Ponudnik se obvezuje, da bo v primeru morebitne zamenjave podizvajalca, pred zamenjavo pridobil o tem pisno soglasje naročnika.

Poleg tega bo ponudnik v primeru zamenjave podizvajalca moral predložiti tudi:

- svojo izjavo, da je poravnal vse nesporne obveznosti prvotnemu podizvajalcu,

- pooblastilo za plačilo opravljenih in prevzetih del oziroma dobav neposredno novemu podizvajalcu in

- soglasje novega podizvajalca k neposrednemu plačilu.

3.3.

Cene morajo obsegati vsa dela, opisana v točki 3.2.9 razpisne dokumentacije (Sklop F – PROSTORSKA PRENOVA TV REŽIJE 1 IN TEHNOLOŠKA INTEGRACIJA OPREME SKLOPOV A, B C, D in E) ter tudi eventualna dela, ki v dokumentaciji niso eksplicitno zahtevana, a jih je potrebno izvesti za realizacijo navedenih del.

Article 3

3.1.

The total value of the Contract amounts to

EUR …………………… without VAT

In case of a payment to a domestic Bidder, the 20 % VAT shall be added.

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.

In case of an import of the goods from the third countries, the Contracting Authority shall accomplish the import procedure and pay the VAT after the imported goods have been put on the Slovenian market, according to the provisions of the Law on VAT

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

All documents issued by the Contractor shall also incorporate Order Number. The Contractor shall receive official order after validity of the Contract.

3.2.

The Contracting Authority shall pay the amount on the Contractor’s account No …………………………

at the Bank ……………… according to the following payment terms:.

➢ After completion of the first part of work in site renovation of control room defined in Item F –sub item F1, the Bidder (performer) shall issue the first situation (I.), which is the basis for the payment. The Contracting Authority will pay the amount of the first situation within 30 days from acceptance date.

➢ After the completion of the work defined in Item F – sub item F2 (Technological integration of equipment from Items A, B, C, D, E) the Bidder (performer) shall issue the second situation which is the basis for the payment. The Contracting Authority will pay 90% of the amount for the second situation within 30 days from acceptance date and 10% of the amount for the second situation 30 days from the start of working live of control room.

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

3.2.1

In the event that the Bidder performs the contract with the subcontractors, the Bidder must authorize the Contracting authority, to pay directly to subcontractors.

The bidder must submit a subcontractor’s agreement, under which the Contracting Authority instead of the main contractor settles claims to subcontractor.

3.2.2

In case the Bidder appears with Subcontractors, the bid documentation must contain also the following documents. Which are:

o Type of work to be carried out by subcontractor

o Information on the subcontractor (name, full address, registration number, VAT identification number and bank account)

o Object quantity, value, place and date of execution of such works.

3.2.3

Before changing the Subcontractors, the Bidder must obtain written approval from the Contracting Authority.

Besides, in case of a replacement of the subcontractor, the Bidder has to submit:

- it’s own statement that the Bidder fulfilled liabilities towards to original subcontractor,

- payment authorization for finished and received works or supplies directly to the new subcontractor

- approval of a new subcontractor to a direct payment

3.3.

Prices must include all works, stated in point 3.2.9 of Tender documentation (Lot F: SITE (PLANT) RENOVATION OF TV CONTROL ROOM (NAMED TV REŽIJA1) AND TECHNOLOGICAL INTEGRATION OF EQUIPMENT FROM ITEMS A, B, C, D, E), as well as all eventual works, which are not specified in documentation, but are necessary for realization of all works. Prices must be fixed for the period of the Contract duration.

4.člen

4.1.

Izvajalec se zavezuje da bo morebitne manjše zahtevke iz naslova nepredvidenih pogojev za delo ali nepopolne oziroma neustrezne dokumentacije ustrezno korigiral na način, ki ga bo predhodno uskladil z naročnikom, ne da bi zaradi tega trpel rok gradnje, kvaliteta vgrajenega materiala ali izvedenih del, funkcionalnost posameznih delov ali objekta kot celote.

4.2.

Rok izvedbe:

Izvajalec se obvezuje, do bo opravil funkcionalni prevzem in končal z vsemi predvidenimi deli, ki so predmet tega naročila, najkasneje do 22. 10. 2011.

Terminski plan izvedbe:

Naročnik in izvajalec bosta plan izvedbe usklajevala sproti.

4.3.

Šteje se, da je izvajalec s podpisom te pogodbe uveden v delo. Pismeno dogovorjeni odmiki ali spremembe v dinamiki so za pogodbeni stranki obvezni.

4.4.

Izvajalec bo vsa dela izvajal po veljavnih predpisih, normativih in standardih, invest. teh. dokumentaciji, ter pravilih stroke, ob upoštevanju omejitev gibanja in morebitnih občasnih prekinitev del, glede na celodnevno redno dejavnost Regionalnega RTV Centra Maribor. Tukaj so mišljena predvsem hrupna gradbeno-obrtniška, oz. zaključna dela.

4.5.

Izvajalec ima pravico zahtevati podaljšanje pogodbenega roka v naslednjih primerih:

➢ Ob zamudi pri uvedbi izvajalca v posel ali drugih zamudah s strani naročnika, zaradi katerih izvajalec ne more začeti ali nadaljevati del.

➢ Zaradi višje sile in ukrepov pristojnih upravnih organov.

Okoliščine, ki vplivajo na podaljšanje roka, izvajalec vpiše v dnevnik izvedbe del. Tak vpis velja za sporočilo naročniku o podaljšanju roka.

Article 4

4.1.

All misunderstandings regarding unforeseen conditions or inadequate documentation will be change by the Contractor. The Contractor will check all changes with the Contracting Authority. The quality of the works or material will be adequate, as stated in Technical documentation.

4.2.

Maximal date of integration:

The Contractor is obliged to carry out the functional acceptance and complete all the anticipated works that are the subject of this tender, no later than till 22 October, 2011.

Schedule of implementation of works:

The Contracting Authority and the Contractor will coordinate the implementation plan within the works.

4.3.

With signing of the Contract the Contractor is introduced into work. All agreed deviations or changes in the dynamics must be provided in writing form and are obligatory for both Parties.

4.4.

The Contractor will perform all works in accordance with legal regulations and standards, technical documentation and branch rules. He will consider movement limitations and occasional interruptions, as to activities of the Contracting Authority (especially during noisy works).

4.5.

The Contractor can request extension of delivery terms in following cases:

➢ If the Contractor is not introduced into work in time or can not start or proceed with works,

➢ In the event of Force Majeure or legal measures.

All reasons which have influence on extension of delivery terms must be in written form. Such written report/ entry represents message related to the extension time of the Contracting Authority.

5.člen

5.1.

Količinski in funkcionalni prevzem pogodbenih del bosta pogodbeni stranki opravili komisijsko pri naročniku RTV Slovenija v skladu s terminskim načrtom in to potrdili s podpisanim primopredajnim zapisnikom komisije v sestavi:

Za naročnika: …………………………..

Za izvajalca: ……………………..

Komisija je dolžna vse ugotovitve vpisati v pisno poročilo o prevzemu, ki ga bodo podpisali vsi člani komisije. Z datumom podpisa primopredajnega zapisnika naročnik prevzame pogodbena dela.

5.2.

V primeru morebitnih pomanjkljivosti, ki bodo v zapisniku zapisane, pogodbeni stranki določita sporazumen rok za njihovo odpravo, ki pa ne sme biti daljši od deset delovnih dni. V tem primeru velja za prevzem pogodbenih del datum, ko bodo prav tako z zapisnikom potrjene in odpravljene pomanjkljivosti iz predhodnega zapisnika.

Za končni prevzem pogodbenih del, ki so osnova za plačilo zadnjega obroka, bo veljal zadnji datum zapisnika komisije pogodbenih strank, iz katerega bo razvidno, da so dela po tej pogodbi korektno izvedena in dokončana.

Article 5

5.1.

Quantity and quality acceptance will be done in Contract Authorities premises. The acceptance will be signed by Commission, as follows:

For the Contracting Authority: ………………………………

For the Contractor: …………………………………

The Commission is responsible to put in writing all things regarding acceptance. With acceptance date the Contracting Authority accepts all Contract works.

5.2.

All eventual incorrectnesses, ascertained at acceptance procedure, are to be eliminated within agreed term by both Parties. The agreed term must not be longer that ten working days. The acceptance date in this case represents the date when all eventual incorrectnesses are eliminated. The incorrectnesses are to be specified in writing.

The date of final acceptance, which will also be the base for final payment, is going to be the last date, written in the acceptance protocol by the Commission and will represent the date when all works are properly done.

6.člen

6.1.

Izvajalec daje naročniku 7 letno garancijo za vsa opravljena in prevzeta dela po tej pogodbi (tudi za dela podizvajalcev). Garancijski rok začne teči od datuma funkcionalnega prevzema sistema.

6.2.

Izvajalec bo k odpravi napak, ki povzročajo škodo ali ogrožajo varnost stvari in oseb, pristopil v roku največ 6 ur po prejemu pisnega obvestila o nastalih napakah. Če se izvajalec ne odzove, da bo napako odpravil oziroma če ne odpravi napake v roku 24 ur, je naročnik upravičen do penala v višini dvakratne vrednosti nastale škode.

Kontaktna oseba za sporočanje obvestil o nastalih napakah je:

- ime in priimek: ………………….

- telefon: …………………….

- fax: …………………………

- elektronski naslov: ………………………

6.3.

Izvajalec zagotavlja izvajanje del in storitev z ustreznimi tehničnimi in kadrovskimi kapacitetami na objektu.

6.4.

Izvajalec zagotavlja, da bo v času garancije opravljal servisne storitve oziroma vzdrževalna dela s tehničnimi in kadrovskimi kapacitetami, kot jih je navedel v razpisni dokumentaciji, vendar po posebnem naročilu naročnika. V času garancije naročnik izvajalcu ne prizna nobenih stroškov za odpravljanje napak.

6.5.

Izvajalec se zavezuje, da bo sklenil zavarovanje za odgovornost v skladu s 33. členom ZGO-1 in naročniku predložil dokument o zavarovanju pred odgovornostjo v višini EUR 10.000,00, ki predstavlja Prilogo 3 te pogodbe.

Article 6

6.1.

The Contractor ensures 7-year guarantee period for all performed and accepted services (works), also for the services (works) done by the Subcontractors. The guarantee period shall start with the date the Contracting Authority has signed the Protocol of the functional acceptance of working control room.

6.2.

The Contractor shall start to eliminate defects, which causes damage or put people or things at risk within 6 hours from the receipt of the written notice. If the Contractor doesn't start to eliminate defects or if the defect is not eliminated within 24 hours, the Contractor shall be liable to pay penalties in the amount of double amount of the damage value.

The contact person for of the Contractor:

- Name and surname: ……………..

- telephone: ................

- fax: ..........................

- e-mail: .....................

6.3.

The Contractor ensures that all works and services will be executed with appropriate technical capacity and with appropriate staff.

6.4.

The Contractor ensures that after receiving the Contracting Authority’s order, all service and maintenance during guarantee period will be done with appropriate technical capacity and with appropriate staff. For defect elimintaions during guarantee period the Contractor is not entitled to any additional costs.

6.5.

The Contractor will present the document regarding insurance of responsibility (according to article 33. of Construction Act), in the amount of EUR 10.000,00, which represents Annex 3 to the Contract.

7.člen

7.1.

V primeru, da pride do zakasnitve dobave po določilih 4.člena pogodbe, ima naročnik pravico uveljavljati pogodbene kazni.

7.2.

V kolikor izvajalec po lastni krivdi zamudi s končni rokom izvedbe, je dolžan plačati naročniku za vsak dan zamude 5 ‰ od pogodbene vrednosti, vendar ne več kot 5% od celotne vrednosti pogodbe.

7.3.

Obveznosti izvajalca:

➢ Izvajalec je dolžan voditi gradbeno dokumentacijo v smislu določil ZGO-1 v obsegu in na način, ki ga določa pravilnik o vsebini in načinu vodenja dnevnika o izvajanju del ter o načinu označitve gradbišča (Uradni list RS 35/98, 41/01).

➢ Izvajalec je upravičen, da si v primeru kakršnih koli nejasnosti glede tehnične izvedbe pridobi predhodno usmeritev s strani nadzorne službe investitorja.

7.4

Obveznosti naročnika:

Naročnik se obvezuje izvajalcu plačevati na prej naveden način nesporno ugotovljene zneske.

Naročnik je upravičen, da izvajanje del po tej pogodbi zadrži ali prekine, če:

➢ bo izvajalec izvajal dela na način, ki ni predviden s to pogodbo

➢ bo izvajal dela z delavci, ki niso ustrezno usposobljeni

➢ bo izvajal dela z opremo, ki ni v skladu s pravilniki oziroma veljavno zakonodajo

➢ na podlagi drugih razlogov, če ne bi bila zagotovljena varnost

➢ izvajalec ne opravlja dela v skladu s terminskim planom in je ogrožen končni rok

Prekinitev del iz navedenih razlogov se šteje kot prekinitev del po krivdi izvajalca.

Article 7

7.1.

If the works are not done due to the Contractor’s fault in a planned timescale, stated in Article 4 of the Contract, the Contractor shall be liable to pay contract penalties.

7.2.

If the works are not finished due to the Contractor’s fault in a planned timescale, the Contractor shall be liable to pay penalties in the amount of 5 ‰ of total Contract amount for each day, but not increasing 5 % of the total Contract amount.

7.3.

Obligation of the Contractor:

➢ The Contractor will prepare and have all construction documentation, as stated in “Construction Act” (ZGO-1), published in Official Gazette of the Republic of Slovenia, no. 35/98, 41/01.

➢ In case of any technical indistinctness, the Contractor should contact Consultant before starting fitting-out works.

7.4.

Obligation of the Contracting Authority:

Payment by the Contracting Authority will be made, as stated previously in the Contract.

The Contracting Authority is entitled to retain or strike all works, in case:

➢ the Contractor performs works, which are not in accordance with this Contract,

➢ the Contractor performs works with workers, who are not qualified,

➢ the Contractor performs works with equipment, which is not in accordance with regulations or legislation,

➢ any other reasons, if safety is not ensured,

➢ the Contractor performs works not in accordance with approved time programme and final time limit is jeopardized.

Retain or strike of works because of above mentioned reasons is due to the Contractor’s fault.

8.člen

V primeru višje sile kot so požar, poplava, potres, vojna, stavke in podobno, se lahko naročnik in izvajalec 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.

Article 8

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.

9.člen

Pogodbeni stranki se obvezujeta, da bosta naredili vse, kar je potrebno za izvršitev pogodbe in da bosta ravnali kot dobra gospodarja. Vse morebitne spore v zvezi s to pogodbo bosta stranki najprej poizkušali rešiti po mirni poti.

Če razrešitev po mirni poti ne bo mogoča, sta pogodbeni stranki sporazumni, da je za reševanje vseh morebitnih sporov iz te pogodbe pristojno sodišče v Ljubljani po slovenskem pravu.

Article 9

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.

10. 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, brezpogojne, nepreklicne in plačljive na prvi poziv, v višini 10 % pogodbene vrednosti in z veljavnostjo dvanajst mesecev od podpisa pogodbe. Ponudnik je dolžan predložiti garancijo za dobro izvedbo pogodbenih obveznosti najkasneje 10 dni po podpisu pogodbe.

➢ po izvajalčevi predložitvi dokumenta o zavarovanju pred odgovornostjo v skladu s 33. členom ZGO-1, v višini EUR 10.000,00.

Prav tako se pogodbeni stranki zavezujeta upoštevati vse spremembe pravnih in drugih predpisov, ki vplivajo za medsebojne pogodbene odnose, izvirajoče iz te pogodbe, ter si nuditi medsebojno pomoč.

Article 10

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

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

➢ by Contractor’s presentation of the Performance Guarantee, irrevocable, unconditional and payable at first call in the amount of 10 % of the Contractual value and valid 12 months after contract signature. The Contractor must present the Performance Guarantee at the latest 10 days after the signature of the Contract.

➢ by Contractor’s presentation of the document regarding responsibility insurance (according to article 33. of Construction Act), in the amount of EUR 10.000,00.

The Parties will take into consideration all changes of legal and other regulations, which influence contract relations. The parties will also offer mutual assistance, if necessary.

11.člen

Pogodba je sestavljena iz:

➢ Osnovne pogodbe, ki je sestavljena iz komercialnega dela,

➢ Priloge 1 - ponudbene dokumentacije …………………,

➢ Priloge 2 - garancije za dobro izvedbo pogodbenih obveznosti,

➢ Priloge 3 - dokumenta o zavarovanju pred odgovornostjo.

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

Article 11

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

➢ Basic Contract including commercial terms in Slovenian and English version,

➢ Annex 1 – Bid documentation …..No. …………

➢ Annex 2 – Performance Guarantee,

➢ Annex 3 – Document regarding insurance of responsibility,

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 shall solely prevail.

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

PODPIS IN ŽIG POOBLAŠČENIH PREDSTAVNIKOV NAROČNIKA IN PONUDNIKA – POGODBA ŠT. JN-B0460 (F)

THE SIGNATURE AND SEAL OF THE AUTHORIZED REPRESENTATIVES OF THE CONTRACTING AUTHORITY AND BIDDER – CONTRACT NO. JN-B0460 (F)

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

NAROČNIK: / PONUDNIK: /

CONTRACTING AUTHORITY: BIDDER:

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

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

mag. Marko Filli …………………………………..

Žig / Stamp: Žig / Stamp:

Radiotelevizija Slovenija, Javni zavod,

Commercial Department

Fax No..: + 386 1 475 2186

e-mail: javna.narocila@rtvslo.si

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

Explanation of the Tender documentation No. JN-B0460

1. Questions:

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

2. Answers:

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

-----------------------

MultiView A

MultiView E

MultiView B

MultiView F

MultiView C

Program

MultiView D

Preview

Clock

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

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download

To fulfill the demand for quickly locating and searching documents.

It is intelligent file search solution for home and business.

Literature Lottery

Related searches