invitation to submit bids for the public … · web view(the bidder) has full access to the spare...

75
TENDER DOCUMENTATION PUBLIC TENDER ACCORDING TO THE LOW VALUE CONTRACT PROCEDURE JN-B0716 Purchase of HD/SD camcorders with accessories 1

Upload: dinhphuc

Post on 10-Jul-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

TENDER DOCUMENTATION

PUBLIC TENDER ACCORDING TO

THE LOW VALUE CONTRACT PROCEDURE

JN-B0716

Purchase of HD/SD camcorders with accessories

1

CONTENTS

1 INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER______________________________42 INSTRUCTIONS FOR MAKING BIDS_________________________________________________5

2.1 Contracting Authority of the public Tender_______________________________________52.2 Legal ground________________________________________________________________52.3 Basic rules of operation_______________________________________________________5

3 SUBJECT OF THE PUBLIC PROCUREMENT__________________________________________63.1 GENERAL DESCRIPTION OF EQUIPMENT________________________________________63.2 TECHNICAL REQUIREMENTS__________________________________________________6

3.2.1 GENERAL TECHNICAL REQUIREMENTS_____________________________________6Technical documentation_________________________________________________________6Technical standards______________________________________________________________6

3.3 TECHNICAL SPECIFICATION___________________________________________________73.3.1 Specification of HD/SD camcorders with accessories, type 1:____________________7

3.4 OTHER BUSINESS__________________________________________________________164 BID DOCUMENTATION__________________________________________________________17

4.1 General conditions for making bid documentation________________________________174.1.1 Clarification to the tender documentation____________________________________174.1.2 Language______________________________________________________________174.1.3 Marking________________________________________________________________174.1.4 Contents of a bid________________________________________________________174.1.5 Alternative bids and variant bids___________________________________________174.1.6 Form of a bid___________________________________________________________174.1.7 Validity of the bids_______________________________________________________18

4.2 Documents in the bids_______________________________________________________184.2.1 Data on Bidder and Bid___________________________________________________184.2.2 Contents of the bid documentation_________________________________________184.2.3 Form »Declaration on acceptance of the public tender conditions«______________184.2.4 Form of an OFFER that has to contain:______________________________________184.2.5 Proforma Invoice________________________________________________________194.2.6 Bidder's “Statement on criminal offences from the first and the second paragraph of Article 42 of the Public Procurement Act (ZJN)” – for a legal entity______________________194.2.7 Bidder's “Statement on criminal offences from the first and the second paragraph of Article 42 of the Public Procurement Act (ZJN)” – for a legal representative______________194.2.8 Form “Statement under the third and fourth paragraph of article 42 of the ZJN”____194.2.9 Form “Bidder’s statements, given under criminal and material liability”__________194.2.10 Bank Certificate of solvency_______________________________________________194.2.11 Warranty conditions of the Bidder__________________________________________194.2.12 Declaration of the Bidder regarding the spare parts___________________________194.2.13 Declaration of the Bidder - all the offered equipment is factory-new______________194.2.14 Declaration of the Bidder regarding the software upgrades_____________________194.2.15 Statement of the manufacturer or principal__________________________________194.2.16 Sample of the Contract___________________________________________________204.2.17 Statement on the forwarding of data in the disclosure of the Bidder's ownership___204.2.18 Technical documentation_________________________________________________20

5 CONTRACT AWARD CRITERIA____________________________________________________215.1 TWO BIDS WITH EQUAL BEST EVALUATION RESULT____________________________21

6 REVIEW CLAIM_________________________________________________________________216.1 Legal base and terms for submission___________________________________________216.2 Method of submitting the review claim__________________________________________21

7 FORMS________________________________________________________________________22

2/47

DATA ON BIDDER AND BID________________________________________________________23Declaration of Bidder’s acceptance of Public Procurement conditions_____________________24Form OFFER_____________________________________________________________________25Proforma Invoice_________________________________________________________________26STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE PUBLIC PROCUREMENT ACT (ZJN-2)____________________________________________27FOR A LEGAL ENTITY_____________________________________________________________27STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE PUBLIC PROCUREMENT ACT (ZJN-2)____________________________________________28FOR A LEGAL REPRESENTATIVE___________________________________________________28STATEMENT UNDER THE THIRD AND FOURTH PARAGRAPH OF ARTICLE 42 OF THE ZJN__29Bidder's Statements given under criminal and material liability___________________________30Declaration of the Bidder regarding the spare parts____________________________________31Declaration of the Bidder – all the offered equipment is factory new_______________________32DECLARATION OF THE BIDDER REGARDING THE SOFTWARE UPGRADE________________33STATEMENT OF THE MANUFACTURER______________________________________________34STATEMENT OF THE PRINCIPAL____________________________________________________35Sample Contract__________________________________________________________________36Statement ON THE FORWARDING OF DATA IN THE DISCLOSURE OF THE BIDDER'S OWNERSHIP_____________________________________________________________________45STATEMENT ON THE PARTICIPATION OF NATURAL AND LEGAL PERSONS IN THE BIDDER'S OWNERSHIP_____________________________________________________________________46Explanation of the Tender documentation No. JN-B0716________________________________48

3/47

1 INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER

Pursuant to Item 6 of the first paragraph of Article 24 of the Public Procurement Act (official consolidated text), Official Gazette of the Republic of Slovenia no.: 12/2013-UPB5, 19/2014 (hereinafter referred to as ZJN-2), Radiotelevizija Slovenija, Public Institution, hereby publishes the contract notice through the tender collection procurement of low value:

Purchase of HD/SD camcorders with accessories.

Bids in three copies (one original and two copies) must be sent in sealed envelopes to the address: “Javni zavod RTV SLOVENIJA, KOLODVORSKA 2, VLOŽIŠČE, 1550 LJUBLJANA, SLOVENIA”, with the postscript: "DO NOT OPEN – FOR TENDER - BID FOR TENDER NO. JN-B0716“. The full address of the Bidder is to be written on the envelope.

The term for acceptance of bids is until 09.00 a.m. on 27. 11. 2015. Bids received after that time limit will not be counted and will be returned unopened to the Bidders.

Public opening of bids will be on 27 . 11. 2015 at 10.00 a.m. on the premises of Commercial Department of Javni Zavod RTV Slovenija, at Komenskega Street 7 in Ljubljana.

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

Ljubljana, 16. 11. 2015 Commercial Department ofRTV Slovenija

4/47

2 INSTRUCTIONS FOR MAKING BIDS

2.1 CONTRACTING AUTHORITY OF THE PUBLIC TENDER

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

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

The chosen Bidder must enter into a signed Contract within 8 days after receiving the “Decision on the Award of a Contract” . In the case of a Bidder not entering into a signed Contract.

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

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

2.2 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) and by-laws applicable and in accordance with the legislation being valid on the field of public finances and on the field that is the subject of this public tender.

2.3 BASIC RULES OF OPERATION

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

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

5/47

3 SUBJECT OF THE PUBLIC PROCUREMENT

3.1 GENERAL DESCRIPTION OF EQUIPMENT

The subject of public procurement (tender) is the purchase of HD/SD camcorders with accessories for RTV Slovenia. The equipment will be used for IP TV program production and on-field journalist recording of television programs on RTV Slovenia.

The offered equipment has to comply with all technical demands which are specified in Specification and technical requirements.

3.2 TECHNICAL REQUIREMENTS

3.2.1 GENERAL TECHNICAL REQUIREMENTS

Technical documentation

The bidder must enclose in the bid all necessary technical documentation (in Slovene and/or English language), which proves the fulfilment of all requested technical requirements from tender documentation.

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

Rejection of a bid

The Contracting Authority shall reject the bid from further proceeding, in case the bid documentation does not fulfil all the conditions and requests, stated in this tender documentation.

6/47

3.3 TECHNICAL SPECIFICATION

3.3.1 Specification of HD/SD camcorders with accessories

Item Description Sample type or equivalent

Pieces

1

HD/SD XDCAM camcorder with 1" Exmor R CMOS sensor SONY PXW-X70 3

Remote control RM-VPR1 1

Camcorder must fulfil the following requests:- Palm type of camcorder- Camcorder must have effective resolution of 14,2 million pixels- Must be 4K ready for the future upgrade to 4k- The camera must have 1-inch Exmor R HD CMOS sensor with 20megapixels- Minimal illumination at 50i:

o 3 lux (1/50 Shutter speed, iris/gain auto)o 1,7 lux (1/25 ThShutter speed, iris/gain auto)

- camera must have optical filters: Clear, 1/4 ND, 1/16ND, 1/64 ND- Functionallity slow and quick motion is required- Must have 1cm/0,39’’ OLED viewfinder with 1440K dots- Camcorder must have build in lens with focal length range from 9,3 – 111,6mm- 12x optical zoom with servo, and picture stabilization- Manual control of zoom, focus, iris- It must have two SxS cards included in the body with capability of noninterupted recording to

both cards- It must be capable of connection to PC via USB 2 interface- Supported codecs:- MPEG-4 AVC/H.264 HD, 4:2:2 image sampling with high-efficiency Long-GOP compression

at 50Mbps, 35 Mbps ali 25 Mbps- Recording formats video XAVC HDP, MPEG-4 AVC/H.264 HD, 4:2:2 Long profile,

AVCHD MPEG-4 AVC/H.264 AVCHD, 2.0 format compatible DVIt must have the following connectors:

- Audio inputs 2x XLR 3-pin female, line, mic, mic + 48V- Video output composite integrated into multi/micro USD jack- SDI output 1x BNC, 3G/HD/SD, SMPTE 424M/292M/259M standard- Audio output integrated into Multi/Micro USB jack- USB Multi/Micro USB jack- Headphone output 1x stereo mini jack- Speaker output monaural- DC input DC jack- Remote integrated into Multi/Micro USB jack- HDMI output type A

Operating manual must be attached to each camcorderSample model:

http://www.sony.co.uk/pro/product/broadcast-products-camcorders-xdcam/pxw-x70/overview/

2

Battery charger with battery NP-FV 100 kit ACC-V1BP 4

Battery charger for 2 batteries must be usable also as a power supply for camcorderPuitput voltage max 8,4 V DCBattery type Li-ion Infolithium H serie, capacity 26,5 Wh/3900mAhSample model:

http://www.sony.co.uk/pro/product/broadcast-products-camcorders-batteries-power-supplies/acc-v1bp/overview/

3 Batteries for camcorder DC 6,8V mean, 26Wh/3900mAhSample model:http://www.sony.co.uk/electronics/handycam-camcorders-batteries-chargers/np-fv100

NP-FV 100 9

7/47

4 Batteries for camcorder DC 6,8V mean, 14Wh/3900mAhSample model:http://www.sony.co.uk/electronics/handycam-camcorders-batteries-chargers/np-fv70

NP-FV 70 6

5 Batteries for camcorder DC 6,8V mean, 7Wh/3900mAhSample model:http://www.sony.co.uk/electronics/handycam-camcorders-batteries-chargers/np-fv50

NP-FV 50 6

6

Shotgun electret microphone ECM-673/9X 2

Microphone must be light weight and short for the mounting on the camcorder from the item 1Must be included:

- Windshield- microphonr holder- short XLR cable for connection to the camcorder- microphone spacer

Uni-directional, super-cardioid characteristicSensitivity -36dB+/- 3 dBDynamic range 107 dB or moreS/N 77 dB or more (IEC179 A-weighted, 1 kHz, 1Pa)Sample model:

https://pro.sony.com/bbsc/ssr/product-ECM673%2F9X/

7

Shotgun electret microphone ECM-VG1 3

Microphone must be light weight and short for the mounting on the camcorder from the item 1Must be included:

- Windshield- microphonr holder- short XLR cable for connection to the camcorder- microphone spacer

Uni-directional, super-cardioid characteristicSensitivity -33dB+/- 3 dBDynamic range 107 dB or moreS/N 76 dB or more (IEC179 A-weighted, 1 kHz, 1Pa)Sample model:

https://pro.sony.com/bbsc/ssr/product-ECM673%2F9X/

8

Multi Interface shoe adaptor for cable-free connection SMAD-P3 3

MI shoe adaptor must provide the connection between the wireless microphone under item 9 and camcorder under item 1 without XLR cabelPhantom power – mic power can be switched on/off from the camcorderSample model:http://www.sony.co.uk/pro/product/smad-p3/

9 Wireless microphone set for ENG/EFP production UWP-D16 3

Set must consists of:- Digital wireless bodypack Transmitter with lavalier microphone- Hybrid digital wireless plug-on Transmitter for camcorder mounting- Digital portable wireless Receiver

Omnidirectional Lavalier microphone accessories must be included ( windshield, microphone holder clip, 2x belt clip, shoe-mount adapter for receiver, 3,5mm mini to mini output cable, 3,5mm mini to XLR output cable)

Carrier frequency: CE33 (TV channels 33-40 566-630 MHz) Bandwidth: 64 MHz RF output power: 30mW/5mW Reference input level: MIC: -60dBu

Line: +4 dBu Frekvency range: 23Hz-18kHz

8/47

Sample model: http://www.sony.co.uk/pro/product/broadcast-products-professional-audio-portable-microphone-packages-uwpd/uwp-d16/overview/#overview

10

Bluetooth wireless microphone ECM-W1M 1

Wireless transmition from microphone to camera mounted receiverMulti Interface Shoe compatibleClear sound from 100 meters awayTwo-way communication betweem microphone and receiverMonaural earphones on both sidesSingle recording and mix recording capabilitySample model: http://www.sony.net/Products/diacc/mic/03_products/3-4.html

11

Soft carrying case for camcorder from item 1 with accessoriesSample model:http://www.sony.co.uk/pro/product/broadcast-products-camcorders-cases/lcs-g1bp/accessories/

LCS-G1BP 1

12

Hard carrying case for camcorder from item 1 with accessoriesSample model:http://pro.sony.com/bbsc/ssr/cat-broadcastcameras/cat-xdcam/product-LCX70SKB/

LCX70SKB 2

13

12 cm classic-softie camera kit Rycote 116003 or 116010 2

Soft longhair windshield with suspension for shotgun microphoneSlot inside 12 cm long, diameter 19-22mmOutside length 145mm, diameter 70mmDiameter of the all-over shield with suspension 120mmSample modelhttp://www.rycote.com/products/12cm-classic-softie-camera-kit/

14

Microphone cable with TAC!T filter Rycote 017022 2

Cable must include Tac!T active filter 18dB/octave for reducing wind and handling noise, floor transmitted vibrationsCable lenghtb 45cmConnectors XLR-3F/3MSample modelhttp://www.rycote.com/products/cable-w_tact-filter-xlr-3f_3m-l45cm-x-48mm/

15

20cm hot shoe extension Rycote 037701 3

Hot shoe extension with two 3/8’’male adaptors must provide mounting of microphone and light to the single hot shoe on the camcorder from item 1Sample modelhttp://www.rycote.com/products/20-cm-hot-shoe-extension-2-x-3_8-male-adaptors/

16

Camera Mic Clamp/Hot Shoe Adaptor Rycote 037701 1

Camera Mic Clamp/Hot Shoe Adaptor must provide shoe accessories to be mounted onto the camcorderSample modelhttp://www.rycote.com/products/camera-mic-clamp-_-hot-shoe-adaptor/

17 Tripod system for HD camcorder Ace M MS 2

Pan and tilt head for load capacity 0-4 kg, tilt range +90 to -75°, operational temperature range must be from -22 to + 40 ºC, max weight must be 4,4 KgMid-level spreaderHeight of the tripod 78-169 cm, transport length 85cmShoulder belt Padded bagSample model

9/47

http://www.sachtler.com/products/tripod-systems/75-mm-tripod-systems/system-ace-m-ms/

18

Tripod system for HD camcorder Ace L MS CF 1

Pan and tilt head for load capacity 0-6 kg, tilt range +90 to -75°, operational temperature range must be from -30 to + 60 ºC, max weight must be 4 KgMid-level spreaderHeight of the tripod 79-170 cm, transport length 86cmShoulder belt Padded bagSample model:

http://www.sachtler.com/products/tripod-systems/75-mm-tripod-systems/system-ace-l-ms-cf/

19

Raincover for mini DV/HDV camcorder SR405 3

Compact transparent raincover for camcorder under item 1 rain protection, transparent on the camera body

Material lightweight polyurethaneLength inside 38 cmWeight 0,4 kgSample model:http://www.sachtler.com/products/bags/video-camera/camera-protection/transparent-raincover-for-mini-dvhdv-video-camera/

20

Camera Backpack for camcorder + lap top Bumblebee-220 PL 3

Dimensions for cabin carry-on luggage on the jetFlexi dividers adjustable horizontally and verticallyThe connection for attaching the tripod on the backpack is requiredThe space for the safe carrying of the laptop in the backpack is requiredWater repellent bag coating is requiredSample model:

http://www.manfrotto.com/product/0/MB%2BPL-B-220/_/Pro_Light_Camera_Backpack%3A_Bumblebee-220_PL?partner=kata_bags

21

Monopod for camcorder 562B-1 2

Alu monopod with 4 sections, extendable from 69cm to 193cmQuick release of the monopod with one movementSafety payload 8kgSliding camera plate adapter 357PLV with 2x ¼''-20 and 2x 3/8''-16 attachement type includedThe base consists of the three feet with pivot ball in the middleWeight under 2,1kgSample model:

http://www.manfrotto.com/fluid-video-alu-monop-w-plate

22

Monopod for camcorder 695CX 2

Carbon fiber, light weight monopod with 5 sections, extendable from 47,5cm to 160,5cmSafety payload 5kgMonopod weight max. 0,7kgVzorčni model:http://www.manfrotto.com/carbon-fiber-monopod-5-section

23

Monopod quick release head 234RC 2

Aluminium monopod head for the item 22Head type 200PL-14Safety payload 2,5kgQuick release of the camcorder requiredWeight 306 gSample model:http://www.manfrotto.com/monopod-quick-release-head

10/47

24

Light Tripod for HD camcorder MKCOMPACTLT_BK 4

Aluminium lightweight tripod, weight only 921gUniversal ¼'' camera attachement with quick wheel for quick attachement and detachement of the

cameraSafety payload 1,5kgMinimum height 39cmMaximun height 131cmSample model:

http://www.manfrotto.com/product/0/MKCOMPACTLT-BK/_/Compact_Light_Black

25

Arm with interchancable ¼’’ attachements and 3/8’’ adapt 244Micro 3

Lenght of the arm 15cm1/4'' attachments on both sides of the armTwo 3/8’’ adapters can replace the ¼’’ attachement with hex key included in the arm packageSafety payload 3 kgArm weight 0,22 kgSample model:

26

Tripod adapter- Rapid connect adapter with sliding mounting plate 577 4

Tripod adapter must provide the removing of the camera from the tripod head without detaching it from the plate

Dimension of the screw for camera mounting: 1x ¼''_ malei, 1x3/8'' _maleDimensions for mounting to the tripod: 1x 3/8''-16_female, 1x ¼''-20_femalei, 1x M6_femaleMaterial aluminium, black colourPlate 501PL,sliding track on the plate 20,06mmSample model:http://www.bhphotovideo.com/c/product/241139-REG/

Manfrotto_577_577_Rapid_Connect_Adapter.html

27

Memory card 128GSANDISK

SDSDXN-128G-G46

10

Memory card for HD camera shooting type SDXC of capacity 128GBExtreme speed Class 10 UHS-I U3Data transfer: read speed 80MB/s max, write speed 60MB/s maxCards must be waterproof, shockproof, X-rayproof,Operating temperatures (-25 do +85˘CSample model:

http://www.sandisk.com/products/memory-cards/sd/extreme-uhs-1-45mbs/

28

Memory card 32GSANDISK

SDSDXN-032G-G46

10

Memory card for HD camera shooting type SDXC of capacity 32GBExtreme speed Class 10 UHS-I U3Data transfer: read speed 60MB/s max, write speed 40MB/s maxCards must be waterproof, shockproof, X-rayproof,Operating temperatures -25 do +85˘CSample model:

http://www.sandisk.com/products/memory-cards/sd/extreme-uhs-1-45mbs/

29

UHS-II SD reader/writer SANDISK SDDR-329-G46 5

Reader/writer for SD UHS-II memory cardsUSB 3.0 interface for speed to 500MB/sCompatibility with UHS-I, USB 2.0 and non-UHS SD cardsSample model:,http://www.sandisk.com/products/memory-cards/readers/extreme-pro-uhs-ii/

11/47

30

USB reader SANDISK SDDR-289-X20 5

USB 3.0 interface transfer for speed up to 500 MB/sCompatibility with broad range of memory card formats:UHS-I SDHC/SDXC, SD/SDHC/SDXC, MicroSDHC/Micro SDXC, UDMA-7 CompactFlash cardsDesined for vertical placement on the table with small footprint2-year warrantySample modelhttp://www.sandisk.com/products/memory-cards/readers/imagemate-all-in-one-usb-30/

31

Shoulder brace for mini camcorder DV balancer Crosziel 3025 4

Shoulder brace must lean on the cameraman shoulder and chest, and enable the cameraman to carry the camcorder and have free hands

Safety payload 4kgMust provide the vertical and horizontal positioning of the camcorderMust provide clear view to the camera wievfinderMemory clip must allow the storing of individual adjustments and quick reinstallation of the

camcorder to the cameraman bodySample modelhttp://www.chrosziel.de/data/chrosziel/produkte/documents/Balancer_D.pdf

32

Headphones Sennheiser HD 280 PRO 3

Closed around-the-ears dynamic stereo headphones32 dB ambient noise attenuationSingle-sided coiled cable with 3.5 mm mini jack with locking ¼’’ adapter2-year warrantySample model:http://en-us.sennheiser.com/professional-dj-headphones-noise-cancelling-hd-280-pro

33

Headphones Sennheiser CX 3.00 Black 3

In-ear headphones with optimum fit in the earcanalsHigh attenuation of ambient noisemočno dušenje šuma okolice2-year warrantySample model:

http://en-de.sennheiser.com/in-ear-headphones-cx-3-00

34

Headphones Sennheiser PX 200-II 3

Dynamic on-ear light weight headphones, supra aural ear couplingRotating earcupsIntegrated volume control2-year warrantySample model: http://en-us.sennheiser.com/on-ear-headphones-travel-lightweigt-px-200-ii

35

Headphones Sennheiser PMX-95 2

Dynamic neckband earphones for superior comfort and a secure fitRotating earcups2-year warrantySample model: http://en-us.sennheiser.com/music-neckband-headphones-pmx-95

36 On-camera light LED 8W LEDZILLA-BI 2

Power consumption 8W, accept power from 6V to 18V DC power sourceHigh light output with double aspheric opticsShoe mount adapter for on camera installationFocusing capability from 4°to 56°Continuosly variable color temperature at least between 3200K and 5600K, the light brightnees

12/47

must not be changed, must be constant at any colour tempratureAdjustable support arm, carrying the batteries, allows the light to be positioned above and forwardDims smoothly from 100% to 1% without color changePowering with Sony NPF type batteries or other camera batteries with D-Tap interface or car

cigarette lighter output or battery beltSample model:http://www.bhphotovideo.com/c/product/1090363-REG/

dedolight_dlobml2_bi_sh_ledzilla_mini_led.html

37

On-camera light LED 20W DLED2HSM-BI 2

Power consumption 8W, accept power from 6V to 18V DC power sourceHigh light output with double aspheric opticsShoe mount adapter for on camera installation3/8’’stud mount capability for mounting on the standFocusing capability from 5°to 50°Continuosly variable color temperature at least between 3200K and 5600K, the light brightnees

must not be changed, must be constant at any colour tempratureDims smoothly from 100% to 1% without color changeAdjustable support arm, carrying the batteries, allows the light to be positioned above and forwardPowering with Sony NPF type batteries or other camera batteries with D-Tap interface or car

cigarette lighter output or battery beltSample model:http://www.dedolight.com/dedolight/default.php?la=&pg=000004OO&id=DL-DLED21HSM-

BI&mode=search&section=0

Accessories for the lights under item 36 and 37

387.2V Sony battery mount adaptor (battery shoe ) for NP-FV100 batteries for light under item 36 2

39

7.2V Sony battery mount adaptor (battery shoe ) for BPU-60 (14,4V/56Wh) batteriesSample modelhttp://www.dedolight.com/dedolight/default.php?la=&pg=000004OO&id=DL-DLED2-BSU&mode=search&section=0

DLED2-BSU 2

407.2V Sony battery mount adaptor (battery shoe ) for NP-FV100 batteries for light under item 37 2

41

DC power cable with car cigarette lighter connector 1,8mSample model:http://www.dedolight.com/dedolight/default.php?la=&pg=000004OO&id=DL-DLOBML-CAR&mode=search&section=0

DLOBML-CAR 1

42

Cable 55 cm with D-Tap Anton Bauer connectorSample model:http://www.dedolight.com/dedolight/default.php?la=&pg=000004OO&id=DL-DLOBML-AB-S&mode=search&section=0

DLOBML-AB-L 2

43

Cable 22 cm with D-Tap Anton Bauer connectorSample model:http://www.dedolight.com/dedolight/default.php?la=&pg=000004OO&id=DL-DLOBML-AB-S&mode=search&section=0

DLOBML-AB-S 2

44

Power supply AC-DC converter input 100-240V output 12VDC/30WSample model:http://www.dedolight.com/dedolight/default.php?la=&pg=000004OO&id=DL-DLPS12-30&mode=search&section=0

DLPS12-30 1

45

Cable extenderSample model:http://www.dedolight.com/dedolight/default.php?la=&pg=000004OO&id=DL-DLPS12-EXT&mode=search&section=0

DLPS12-EXT 1

13/47

46

Barn-doors with 8 leaves, rotatableSample model:http://www.bhphotovideo.com/c/search?Ntt=DBDS&N=0&InitialSearch=yes&sts=ma&Top+Nav-Search=

DBDS 2

47

Barn-doors with 8 leavesSample model:http://www.dedolight.com/dedolight/default.php?la=&pg=000004OO&id=DL-DLOBML-AB-S&mode=search&section=0

DBDS8 2

48

Soft box, 12 cm wideSample model:http://www.dedolight.com/dedolight/default.php?la=&pg=000004OO&id=DL-DLOBML-SBX12&mode=search&section=0

DLOBML-SBX12 2

49

Soft box china lantern, 15x15cmSample model:http://www.dedolight.com/dedolight/default.php?la=&pg=000004OO&id=DL-DLOBML-WD15&mode=search&section=0

DLOBML-WD15 2

50

Articulating arm 200mmSample model:http://www.dedolight.com/dedolight/default.php?la=&pg=000004OO&id=DL-DLGA200&mode=search&section=0

DLGA200 1

51

Metal ball joint with shoeSample model:http://www.dedolight.com/dedolight/default.php?la=&pg=000004OO&id=DL-DLBSA-MBJ&mode=search&section=0

DLBSA-MBJ 1

52

Table shoeSample model:http://www.dedolight.com/dedolight/default.php?la=&pg=000004OO&id=DL-DLBSA-TS&mode=search&section=0

DLBSA-TS 1

53

Triple shoeSample model:http://www.dedolight.com/dedolight/default.php?la=&pg=000004OO&id=DL-DLBSA-3S&mode=search&section=0

DLBSA-3S 1

54

Large boneSample model:http://www.dedoweigertfilm.de/dedo/default.php?la=0&pg=050000OO&id=DL-DLA-LB&mode=search&section=0

DLA-LB 1

55

Female shoe adapter – female shoe to male ¼’’Sample model:http://www.dedoweigertfilm.de/dedo/default.php?la=0&pg=050000OO&id=DL-DLBSA-S&mode=search&section=0

DLBSA-S 3

56

Female shoe adapter - female shoe to female ¼''Vzorčni model:http://www.dedoweigertfilm.de/dedo/default.php?la=0&pg=050000OO&id=DL-DLBSA-T&mode=search&section=0

DLBSA-T 1

57

Square topVzorčni model:http://www.dedoweigertfilm.de/dedo/default.php?la=0&pg=050000OO&id=DL-DLA-ML&mode=search&section=0

DLA-ML 2

58

Mini director viewfinderSample model:http://www.dedoweigertfilm.de/dedo/default.php? TECPRO 1

14/47

la=0&pg=050000OO&id=TP-Viewfinder&mode=search&section=0

59

32'' reflectors silver and gold reversibelSample model:http://www.dedoweigertfilm.de/dedo/default.php?la=0&pg=050000OO&id=PH_LITEDISC_SILVERGOLD&mode=search&section=0

LiteDisc Silver/GoldDL-1632SG

3

60

42'' reflectors silver and gold reversibelSample model:http://www.dedoweigertfilm.de/dedo/default.php?la=0&pg=050000OO&id=PH_LITEDISC_SILVERGOLD&mode=search&section=0

LiteDisc Silver/GoldDL-1642SG

5

61

52’’ reflectors silver and gold reversibelSample model:http://www.dedoweigertfilm.de/dedo/default.php?la=0&pg=050000OO&id=PH_LITEDISC_SILVERGOLD&mode=search&section=0

LiteDisc Silver/GoldDL-1652SG

5

62

One mobile light 40W LED Bicolor focusing kitSample model:https://www.3dbroadcastsales.com/lighting/dedo-led-lighting-kits/dedo-sled1-bi-single-bi-color-led-1-light-kit

SLED1-BI-M-E 1

Kit must consists of:- focusing LED light head 40W, bicolor DLED4-BI- battery power supply for light with D-Tap DT4-BI-BAT-AB- light shield ring DPLS- standard barn door with 8 leaves DBD8- handle DLHAND- speed ring for DLED4 light head DLSR70- mini soft box dedoflex DSBSXS- grid (40°), fits mini soft box DLGRIDXS- belt adapter for V-mount batteries with holding plate

for power supply DT4-BI-BAT-AB DLBCA2-V- Battery with internal charger LiTH 95 SI- Mains cable for LiTH DCAB3IEC-E- Soft case mono DSCM2

Light head technical requirements:Power consumption 47W, accept power from 10,2V to 18V DC power sourceHigh light output with double aspheric optics5/8’’/16mm) receptacle and 1 1/8’’ (28mm) stud mount capability for mounting on the standFocusing capability from 4°to 60°Continuosly variable color temperature at least between 3200K and 5600K, the light brightnees

must not be changed, must be constant at any colour temperatureDims smoothly from 100% to 20% without color changeSpot light brightness 10000 lux at 5600K on distance 1mPowering with camera batteries 12V or more over D-Tap interface or battery beltSample model:

http://www.dedolight.com/dedolight/default.php?la=&pg=00000400100507&id=DL-DLED4-BI&section=0

15/47

3.4 OTHER BUSINESS

Start-up and final acceptance of separate parts

The final acceptance of separate lots of equipment will be performed on the premises of the Contracting Authority. It will be done by the representative of the Contracting Authority; the presence of the Bidder is not required. At the equipment final acceptance and start-up, the following characteristics are observed:

the quality of the supplied equipment functionality of the equipment how stable the equipment is when operational the abolishment of eventual equipment errors

The Contracting Authority shall accede to the final acceptance of delivered goods (equipment) within 21 days after the quantitative acceptance of the equipment or 21 days after start-up of the equipment (when the start-up of the equipment is required).

All eventual incorrectness, ascertained at final acceptance procedure, are to be eliminated by the Bidder within 14 days, after this time limit the Contracting Authority shall cash-in a performance guarantee and the Bidder has to present new performance guarantee. It is understood that the final acceptance will be completed when all eventual incorrectness are eliminated. The incorrectness are to be specified in writing by the Contracting Authority.

After the final acceptance is successfully carried out, the protocol will be issued and signed by the Contracting Authority.

Warranty and servicing

The minimal required warranty period for all the equipment is 12 months except for the equipment under number 29, 30, 32, 33, 34, 35 is warranty period 24 months, at least.

It is requested that during the warranty period after the final acceptance is completed, all errors are removed free of charge.

Software upgrades must be provided free of charge. The ensured spare parts for the offered equipment must be available for 5 years after the final

acceptance of the equipment. The Bidder must state contact person for technical support, location of technical support and

response times in case of solving errors at the installed equipment.

16/47

4 BID DOCUMENTATION

4.1 GENERAL CONDITIONS FOR MAKING BID DOCUMENTATION

4.1.1 Clarification to the tender documentationThe Bidder can demand clarifications to tender documentation in e-mail or written form only, using the attached form, at the latest prior to the term for acceptance of bids i. e. till 10.00 a.m. on 23 November, 2015; to the e-mail address: [email protected] or fax no. + 386 1 475 2186. Questions, not asked on the prescribed form, will not be answered.

Questions and answers shall be published on web side: www.rtvslo.si/razpisi, on sub-page JAVNA NAROČILA - PUBLIC PROCUREMENT under the mark Javno naročilo JN-B0716.

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

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

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

4.1.4 Contents of a bidThe Bidders have to submit their bids for complete subject of the Public Tender, otherwise the bid is going to be rejected.

4.1.5 Alternative bids and variant bidsAlternative bids and variant bids are not allowed.

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

17/47

amendments), defined by the Contracting Authority, such bid will be excluded from the further public procurement process.

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

4.1.7 Validity of the bidsBids must be valid till January 27, 2016, otherwise they will be rejected. In exceptional circumstances the Contracting Authority can demand from the Bidder to extend the validity of the bid for a certain period of time. The Contracting Authority's demand and the Bidder's replies must be in written form. The Bidder can refuse the Contracting Authority's demand. In case the Bidder complies with the demand, the Contracting Authority shall ask for the bid extension and eventually for the extension of the validity of the Warranty for the seriousness of the bid. All other conditions of the bid shall remain the same.

4.2 DOCUMENTS IN THE BIDS

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

4.2.1 Data on Bidder and Bid

4.2.2 Contents of the bid documentation

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

4.2.4 Form of an OFFER that has to contain:

Prices must be expressed in EUR, on DDP basis, delivered to the location of the Contracting Authority in Ljubljana (in accord. with INCOTERMS 2010); without VAT.

The allowed discounts must be shown separately. The prices must be fixed for the period of the Contract duration.

Payment conditions:

The Contracting Authority will perform the payments under the following conditions: 80 % - within 30 days after the quantity acceptance of the equipment on the Contracting

Authority’s location and receipt of the relevant invoice; 20 % - within 30 days after the final acceptance of the equipment has successfully been carried

out and the Protocol has been signed by the Contracting Authority.

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

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

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

4.2.5 Proforma Invoice

18/47

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)” – for a legal entity

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-2)” for each of them.

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)” – for a legal representative

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

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

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

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

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

4.2.11 Warranty conditions of the Bidder The required warranty period for all the equipment is at least 12 months or 24 months for equipment under number 29, 30, 32, 33, 34 and 35 after the final acceptance of the equipment has successfully been carried out.

The Bidder must enclose his own statement with detailed information on Warranty maintenance of the equipment, according to the requirements in chapter 3.4 of the Tender documentation.

4.2.12 Declaration of the Bidder regarding the spare parts

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

4.2.14 Declaration of the Bidder regarding the software upgrades

4.2.15 Statement of the manufacturer or principalIn case the Bidder is not also the manufacturer of the equipment, one of the mentioned statements is to be enclosed.

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

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

19/47

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

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

Before adopting a decision on the award of a contract, the Contracting Authority will ask the Bidder that will score the highest, considering the applicable criteria for the public contract in question, to submit to the Contracting Authority, within eight days of being asked to do so, Statement on the participation of natural and legal persons in the Bidder's ownership.Should such Bidder fail to submit the statement concerned within eight days, the Contracting Authority will exclude such Bidder from the assessment process and asked the second-ranking Bidder to submit the statement in question.

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

4.2.18 Technical documentationThe Bidder must enclose all relevant technical documentation (in electronic or written form) in English or Slovenian language, wherein it must be unambiguously evident that the bidden equipment fulfils all the technical requirements.

20/47

5 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. The Bidder, whose bid reaches maximal number of points, according to the below described criterion, is going to be selected.

the value of estimated offer( 2 - ----------------------------------------------------------- ) x 100

the value of lowest offer

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

5.1 TWO BIDS WITH EQUAL BEST EVALUATION RESULT

In case two or more Bidders have at the end of the evaluation equal maximum number of points, the Contracting Authority shall choose the Bidder that shall offer shorter delivery date. Should the bid cannot be chosen anyway, the next measure is longer warranty period.

6 REVIEW CLAIM

6.1 LEGAL BASE AND TERMS FOR SUBMISSIONPursuant to the Act on the Review of Public Procurement Procedures (ZPVPJN, Official Gazette of the Republic of Slovenia No. 43/2011, Official Gazette of the Republic of Slovenia No. 63/2013) the review claim may be submitted by any individual who fulfils conditions, stated in article 14. of ZPVPJN.

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

6.2 METHOD OF SUBMITTING THE REVIEW CLAIMThe Applicant shall state the requested data, as stated in article 15. of ZPVPJN. The requested amount of tax for review claim is stated in article 71. of ZPVPJN.

The tax according to the article 71. of ZPVPJN must be paid by the Applicant in amount of EUR 1.500,00 to the adequate account at the Ministry in charge of finance. The account no. is: SI56 0110 0100 0358 802, reference:11 16110-7111290-XXXXXXLL (marks X represent the number of the public tender publication, marks L represent the year of public tender publication). The review claim may refer to the content of the publication, invitation to tender or tender documentation of the subject tender.

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

7 FORMS

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

21/47

DATA ON BIDDER AND BIDFOR PUBLIC TENDER JN-B0716

Purchase of HD/SD camcorders with accessories

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

BID NO.:

COMPANY NAME / NAME OF THE BIDDER:

LEGAL STATUS OF THE BIDDER:

ADDRESS OF THE BIDDER:

NUMBER OF (BUSINESS) ACCOUNT -IBAN, SWIFT:

BANK’S ADDRESS:

CONTACT PERSON RESPONSIBLE FOR A BID:

E-MAIL OF CONTACT PERSON, PHONE AND FAX:

ID VAT NO. OF A BIDDER.:

COMPANY REGISTRATION NO. OF A BIDDER.:

PERSON RESPONSIBLE FOR SIGNING A CONTRACT:

FUNCTION OF PERSON RESPONSIBLE FOR SIGNING A CONTRACT:

Validity of the bid: …………………………………. (at least till January 27, 2016)

Place and date: Stamp: Bidder's official

representative or authorized person

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

22/47

DECLARATION OF BIDDER’S ACCEPTANCE OF PUBLIC PROCUREMENT CONDITIONSJN-B0716

The Bidder:

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

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

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

We herewith declare, that we accept all the conditions, required in the tender documentation for the submission of our bid on the published tender for the purchase of HD/SD camcorders with accessories.

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

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

23/47

FORM OFFERFOR PUBLIC TENDER JN-B0716

Purchase of HD/SD camcorders with accessories

Item Description Value in EUR

01 Total price of bidden equipment, according to the requirementsin item 3.2 of tender documentation

02 Allowed discounts

03TOTAL NET - DDP Ljubljana, delivered to the location of the Contracting Authority in Ljubljana (accor. to INCOTERMS 2010); without VAT

PAYMENT CONDITIONS:

80 % - within 30 days after the quantity acceptance of the equipment on the Contracting Authority’s location and receipt of the relevant invoice;

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

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

Delivery: …………… (maximum 30 days) days after the beginning of the Contract validity, at the latest.

Warranty period: …………… months after the final acceptance of the equipment has successfully been carried out

Place and date: Stamp: Bidder's official

representative or authorized person

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

24/47

PROFORMA INVOICEFOR PUBLIC TENDER JN-B0716

The Bidder must enclose the detailed breakdown of prices of the bid, i.e. very precisely specify the bid by individual items of the equipment and state the appropriate prices for each item.

25/47

Bidder: ………………………………………………………

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

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

FOR A LEGAL ENTITY

FOR PUBLIC TENDER JN-B0716

We hereby declare under criminal and material liability that our company has never been the subject of a conviction by final judgement for any of the criminal offences listed below that are stated in the first paragraph of Article 42 of the Public Procurement Act (ZJN-2; Official Gazette of the Republic of Slovenia, no. 12/13):

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

Place and date: Stamp: Bidder's official representative or authorized person........................................ .........................................................

26/47

Bidder's LEGAL REPRESENTATIVE:

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

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

FOR A LEGAL REPRESENTATIVEFOR PUBLIC TENDER JN-B0716

I, the undersigned, hereby declare under criminal and material liability that I have never been convicted by final judgement for any of the criminal offences listed below that are stated in the first paragraph of Article 42 of the Public Procurement Act (ZJN-2; Official Gazette of the Republic of Slovenia, no. 12/13):

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

Place and date: Signature of Bidder’s legal representative........................................ .........................................................

27/47

Bidder: ………………………………………………………………

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

STATEMENT UNDER THE THIRD AND FOURTH PARAGRAPH OF ARTICLE 42 OF THE ZJN FOR PUBLIC TENDER JN-B0716

Under criminal and material liability we hereby declare that:

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

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

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

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

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

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

Place and date: Stamp: Bidder's official

representative or authorized person

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

28/47

Bidder: ………………………………………………………………

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

BIDDER'S STATEMENTS GIVEN UNDER CRIMINAL AND MATERIAL LIABILITYFOR PUBLIC TENDER JN-B0716

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

We hereby declare under criminal and material liability that our firm is reliable, capable of 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 paid all outstanding obligations to subcontractors in previous public procurement procedures.

We hereby declare under criminal and material liability that our company has not, during a period of the last five years, been issued any final legal or administrative decision prohibiting us from 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 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 fourth paragraph of Article 42 of the ZJN-2, exclude our bid from further participation in the public tender procedure if:

it can prove, on any legal basis, that we committed a serious professional error or severely 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

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

29/47

Bidder: ………………………………………………………………

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

DECLARATION OF THE BIDDER REGARDING THE SPARE PARTSFOR PUBLIC TENDER JN-B0716

We herewith declare under criminal and material liability, that we are going to assure the necessary spare parts at least five (5) years from the date of final acceptance of the equipment which we offered on the public tender JN-B0716, according to the official spare parts price list.

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

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

30/47

Bidder: ………………………………………………………………

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

DECLARATION OF THE BIDDER – ALL THE OFFERED EQUIPMENT IS FACTORY NEWFOR PUBLIC TENDER JN-B0716

We herewith declare, under criminal and material liability, that all the equipment, offered on the Public Tender JN-B0716, is factory-new.

Place and date: Stamp: Bidder's official

representative or authorized person

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

31/47

Bidder: ………………………………………………………………..

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

DECLARATION OF THE BIDDER REGARDING THE SOFTWARE UPGRADEFOR PUBLIC TENDER JN-B0716

We herewith declare, under criminal and material liability that within the warranty period for the bidden equipment, offered on the Public Tender JN-B0716, all the software upgrades, which annul eventual faults in software and all software upgrades which mean considerable expansion of the functionality, shall be free of charge for the Contracting Authority.

Place and date: Stamp: Manufacturer's official

representative or authorized person

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

32/47

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

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

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

STATEMENT OF THE MANUFACTURERFOR PUBLIC TENDER JN-B0716

We, ………(the Manufacturer of the equipment ) confirm, that we are acquainted with the contents of Public Tender JN-B0716 (purchase of the upgrade of postproduction SAN system), to which …… (the Bidder) is going to submit his bid, with the Proforma 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-B0716.

Place and date: Stamp: Manufacturer's official

representative or authorized person

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

33/47

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

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

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

STATEMENT OF THE PRINCIPALFOR PUBLIC TENDER JN-B0716

We, ………(the Principal of the equipment ) confirm, that we are acquainted with the contents of Public Tender JN-B0716 (purchase of the upgrade of postproduction SAN system), to which …….. (the Bidder) is going to submit his bid, with the Proforma 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-B0716.

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

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

34/47

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

POGODBA ŠTEV. / CONTRACT NO.JN-B0716

Nakup HD/SD kamkorderjev z dodatno opremo

Purchase of HD/SD camcorders with accessories

Sklenjena med:Concluded between:

Radiotelevizija Slovenija, Javni zavodKolodvorska 21550 LjubljanaSlovenia

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

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

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

in / and

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

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

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

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

35/47

1. člen

Pogodbeni stranki ugotavljata, da je naročnik izvedel postopek oddaje javnega naročila na osnovi 30.a člena Zakona o javnem naročanju - ZJN-2 (Ur. l. RS, št.: 12/2013-UPB5, 19/2014) za nakup HD/SD kamkorderjev z dodatno opremo.

Ponudnik je bil izbran kot najugodnejši ponudnik ………, na osnovi javnega naročila, objavljenega na portalu javni naročil RS, 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 30.a of the Public Procurement Act-ZJN-2 (Official Gazette of the Republic of Slovenia, No. 12/2013-UPB5, 19/2014) for: Purchase of HD/SD camcorders with accessories.

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

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-B0716, sprejeti in navedeni v ponudbeni dokumentaciji .............. z dne ……..

Article 2

The Parties agree on general and special conditions related to the realization of the Public Tender. All conditions determined by the Tender documentation no. JN-B0716, adopted and specified in the Bid documentation ….dated …… shall constitute an integral part of this Contract.

3. člen

3.1Končna vrednost nakupa HD/SD kamkorderjev z dodatno opremo znaša:

EUR …………………………. DDP Ljubljana dostavljeno na lokacijo naročnika v Ljubljani

(skladno z INCOTERMS 2010), brez DDV

V primeru plačila domačemu ponudniku, bo le-ta ob izstavitvi računa priračunal 22 % DDV.

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

V primeru ponudnika izven držav Evropske unije pa bo naročnik poravnal davek na dodano vrednost ob sprostitvi uvoženega blaga v prost promet, skladno z veljavno zakonodajo o DDV.

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

3.2Vsi dokumenti, ki jih izda ponudnik (računi, dobavnice), morajo vsebovati tudi oznako javnega naročila oz. pogodbe in oznako naročila. Naročilo bo ponudnik prejel po pričetku veljavnosti pogodbe.

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

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

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

36/47

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

Skladno z Zakonom o opravljanju plačilnih storitev za proračunske uporabnike (ZOPSPU-A), naročnik, kot posredni proračunski uporabnik, prejema račune le v elektronski obliki (e-račun).

Article 3

3.1.The total value of the Purchase of HD/SD camcorders with accessories amounts to:

EUR …………………………. DDP, delivered to the location of the Contracting Authority in

Ljubljana (accord. to INCOTERMS 2010); without VAT

In case of a payment to a domestic Bidder, the 22 % 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 a payment to the Bidder from the country out of EU, the Contrcting Authority shall pay the VAT after the imported goods have been put on the market, according to the provisions of the Law on VAT.

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

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

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

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

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

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

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

4. člen

Ponudnik bo izpolnil naročilo v skladu s pogoji ponudbene dokumentacije, ki je sestavni del te pogodbe, v količini, kvaliteti in rokih.

Article 4

The Bidder shall fulfil the order according to the terms of the Bid documentation, being the constituent parts of this Contract, in terms of quantity, quality and deadlines required.

5. člen

37/47

Ponudnik bo blago dobavil najkasneje v roku ………… dni od pričetka veljavnosti te pogodbe.

Naročnik bo najkasneje v petih delovnih dneh po prejemu blaga (opreme) opravil količinski prevzem. S količinskim prevzemom bo ugotovljena kompletnost dobavljene opreme.

Article 5

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

The quantitative acceptance of the goods (equipment) shall be performed by the Contracting Authority within five working days after receipt of the equipment. With the quantitative acceptance the completeness of delivered equipment regarding contract agreement will be determined.

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 in prične teči z dnem, ko naročnik podpiše zapisnik o uspešno opravljenem končnem prevzemu opreme.

V času garancijskega roka ponudnik zagotavlja brezplačno garancijsko vzdrževanje opreme z odpravo napak.

Ponudnik se obvezuje tudi, da bo naročniku v času garancije nudil vso podporo v primeru, ko le-ta sam ne bo mogel odpraviti napake na opremi. Kontaktna oseba oz. oddelek ponudnika je..................., telefon:................fax:..........e-mail:...................... Ponudnik je dolžan naročniku takoj sporočiti morebitne spremembe glede kontaktne osebe.

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

Article 6

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

Within the warranty period the Bidder assures free of charge warranty maintenance with elimination of all errors.

The Bidder is obliged to give the Contracting Authority within the warranty period free of charge technical support (manufacturer remote assistance and file transfer or telephone support), in case he would not be able to eliminate the errors on the equipment. The contact person or persons ..............., telephone: ................, fax: ...................., e-mail: .............; location of the technical support:………………………………………………………………….. All changes regarding the contact person shall be promptly announced to the Contracting Authority.

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

7. člen

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

Article 7

38/47

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

8. člen

Končni prevzem opreme se opravi na lokaciji naročnika. Končni prevzem izvede naročnik, prisotnost predstavnika ponudnika pa ni obvezna. Pri končnem prevzemu in zagonu posameznih sklopov bo naročnik ugotavljal naslednje karakteristike:

kakovost dobavljene in vgrajene opreme funkcionalnost opreme stabilnost delovanja opreme odpravljanje morebitnih napak opreme

Naročnik mora pristopiti h končnemu prevzemu dobavljenega blaga (opreme) najkasneje v roku 21 dni po količinskem prevzemu opreme oziroma 21 dni po zagonu opreme (kjer je zagon opreme zahtevan).

Vse morebitne nepravilnosti, ugotovljene pri končnem prevzemu opreme, morajo biti odpravljene s strani ponudnika v roku 14 dni, po tem roku lahko naročnik unovči garancijo za dobro izvedbo pogodbenih obveznosti, ponudnik pa mora predložiti novo garancijo za dobro izvedbo pogodbenih obveznosti. Šteje se, da je končni prevzem izvršen takrat, ko so odpravljene vse morebitno ugotovljene nepravilnosti, ki jih mora naročnik specificirati v pisni obliki.

Po uspešno izvršenem končnem prevzemu naročnik izstavi in podpiše zapisnik o končnem prevzemu.

Article 8

The final acceptance of the equipment will be performed on the premises of the Contracting Authority. It will be done by the representative of the Contracting Authority; the presence of the Bidder is not required. At the equipment final acceptance and start-up, the following characteristics are observed:

the quality of the supplied and installed equipment functionality of the equipment how stable the equipment is in operation the abolishment of eventual equipment errors

The Contracting Authority shall accede to the final acceptance of delivered goods (equipment) within 21 days after the quantitative acceptance of the equipment or 21 days after start-up of the equipment (when the start-up of the equipment is required).

All eventual incorrectness, ascertained at final acceptance procedure, are to be eliminated by the Bidder within 14 days, after this time limit the Contracting Authority shall cash-in a performance guarantee and the Bidder has to present new performance guarantee. It is understood that the final acceptance will be completed when all eventual incorrectness are eliminated. The incorrectness is to be specified in writing by the Contracting Authority.

After the final acceptance is successfully carried out, the protocol will be issued and signed by the Contracting Authority.

9. člen

Naročnik lahko oporeka kakovosti blaga v zakonsko določenih rokih po tem, ko ugotovi neustrezno kakovost. V garancijskem roku pa lahko vsak čas zahteva odpravo napake, ki jo je ponudnik dolžan odpraviti. Pogoji odpravljanja napak so navedeni v ponudbeni dokumentaciji, ki je sestavni del te pogodbe.

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.

39/47

Article 9

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

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

10. člen

Če dobava ni realizirana v predvidenem roku po ponudnikovi krivdi, razen v primeru višje sile, je ponudnik dolžan plačati naročniku kazen v višini 1 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 6 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 per cent 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 6 weeks, the Contracting Authority shall have right, unless the penal claim is exercised, to determine a new delivery time or to terminate the Contact.

11. člen

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

Article 11

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

12. člen

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

40/47

Article 12

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

13. člen

Pogodba stopi v veljavo z dnem obojestranskega podpisa s strani pooblaščenih podpisnikov naročnika in ponudnika ter veljavnim žigom obeh pogodbenih strank.

Article 13

The agreement enters into force on the day the authorized representatives of the Contracting Authority and Bidder affix their signatures and valid stamps of both parties.

14. člen

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

Article 14

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

15. člen

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

Naročnik lahko odpove pogodbo pred njeno izpolnitvijo: če je proti ponudniku uveden stečaj ali prisilna poravnava, če je neuspešno pretekel pogodbeno določen rok, pa ponudnik ni izpolnil pogodbenih obveznosti, če ponudnik ni odpravil ugovarjanih napak oz. odprava napak ni možna,

Ponudnik lahko odpove pogodbo: če naročnik ne plača pogodbene cene.

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

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

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

Article 15

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

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

41/47

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

The Bidder is justified to terminate the contract if: the Contracting Authority does not pay the contractual price.

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

If the Contract is terminated by the Contracting Authority, the Bidder is liable to reimburse the damage, caused due to his non-fulfilment of the Contract.

If the Contract is terminated by the Bidder, he is justified to require the payment for contractual works already done till the date of the contract termination. By this the indemnity claims of contractual loyal party are not excluded.

16. člen

Če kdo od pogodbenih partnerjev posredno ali neposredno obljubi, ponudi ali da kakšno nedovoljeno korist (vključno s potnimi stroški, darili in stroški gostinskih storitev, ki presegajo vrednost 75 EUR), z namenom vplivati na:- pridobitev posla, - sklenitev posla pod ugodnejšimi pogoji, - opustitev dolžnega nadzora nad izvajanjem pogodbenih obveznosti ali - drugo ravnanje ali opustitev, s katerim je organu ali organizaciji iz javnega sektorja povzročena

škoda ali je omogočena pridobitev nedovoljene koristi predstavniku organa, posredniku organa ali organizacije iz javnega sektorja, drugi pogodbeni stranki ali njenemu predstavniku, zastopniku ali posredniku,

je pogodba nična.

Article 16

If any of the contracting partners directly or indirectly promises, offers or gives any prohibited benefit (including travel expenses, gifts and catering costs in the value above EUR 75), in order to:- obtain a deal,- conclude a deal under more favourable conditions, - provide for the omission of due supervision over the implementation of contractual obligations, or- provide for other actions or omissions through which a public body or organisation suffers damage

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

the contract shall be rendered null and void.

17. člen

S strani naročnika je za izvajanje pogodbe odgovoren: ……………………. (telefon: ……………….).S strani ponudnika je za izvajanje pogodbe odgovoren ……………………. (telefon: ……………….).

Article 17

Responsible representatives for the realization of the Contract, for the Contracting Authority: …………….. (phone: +……………………). Responsible representatives for the realization of the Contract, 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. ............................................................

42/47

Vsak člen pogodbe je najprej napisan v slovenskem jeziku, nato pa še v angleškem jeziku. V primeru kakršnegakoli dvoma ali napačne razlage, velja slovenska verzija.

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

Article 18

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

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

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

PODPIS IN ŽIG POOBLAŠČENIH PREDSTAVNIKOV NAROČNIKA IN PONUDNIKA – POGODBA ŠT. JN-B0716 THE SIGNATURE AND SEAL OF THE AUTHORIZED REPRESENTATIVES OF THE CONTRACTING AUTHORITY AND BIDDER – CONTRACT No. JN-B0716

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

NAROČNIK: / PONUDNIK: /CONTRACTING AUTHORITY: BIDDER:

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

Generalni direktor …………………………………..

General Director …………………………………..

mag. Marko Filli …………………………………..

By Authority:

Poslovna direktorica / Chief operating officer

Katarina Novak

Žig / Stamp: Žig / Stamp:

43/47

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

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

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

FOR PUBLIC TENDER JN-B0716

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

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

……………………………… ………………………………

44/47

For the purpose of the sixth paragraph of Article 14 of the Public Integrity and Corruption Prevention Act (Official Gazette of the RS, no. 45/2010, with amendments and supplements, hereinafter), to ensure the transparency of the business and to mitigate corruption risks when concluding legal transactions

in the capacity of the Bidder's representative in the process of awarding public contract, I hereby issue the following

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

FOR PUBLIC TENDER JN-B0716

Data on the BidderCompany name or name of the Bidder:Registered office of the Bidder:Registration no. of the Bidder:The Bidder is the holder of a dormant partnership:(mark as appropriate)

YES – NO

The Bidder's ownership structure:1. DATA ON THE PARTICIPATION OF NATURAL PERSONS IN THE BIDDER'S OWNERSHIP

(INCLUDING DORMANT PARTNERS)

Name and surname of the natural person (1):Place of residence:Share of ownership:Dormant partner(mark as appropriate)If YES, state the holder of the dormant partnership!

YES – NO

Name and surname of the natural person (2):Place of residenceShare of ownershipDormant partner(mark as appropriate)If YES, state the holder of the dormant partnership!

YES – NO

(continue the list as appropriate)

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

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

YES – NO

45/47

the legal person being owned by the following natural persons:Name and surname of the natural person:Place of residence:Share of ownership:Dormant partner (YES – NO)If YES, state the holder of the dormant partnership!

(continue the list as appropriate)

3. DATA ABOUT RELATED COMPANIES

Name of the legal person:Registered office of the legal person:Company reg. no.:

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

Name of the legal person:Registered office of the legal person:Company reg. no.:associated as follows:

(continue the list as appropriate)

I hereby declare that, in the capacity of a natural person - participant in the Bidder's ownership, I stated:- any natural person who owns through direct or indirect ownership at least 5% of shares or

participates in the management rights, management or capital of the legal person with more than a 5% share or has the controlling position in the management of the legal person's funds;

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

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

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

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

____________________________ _________________________________

Signature and stamp:

46/47

Radiotelevizija Slovenija, Javni zavod,Commercial Department

e-mail: [email protected]

Fax No..: + 386 1 475 2186

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

EXPLANATION OF THE TENDER DOCUMENTATION NO. JN-B0716

1. Questions:

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

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

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

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

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

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

2. Answers:

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

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

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

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

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

47/47