Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Table of contents Appendix 1: Customer requirements spesification The Agreement, clause 1.1 Scope of the Agreement Appendix 2: Contractor description of the deliverables Appendix 3: Customer technical platform The Agreement, clause 1.1 Scope of the Agreement Appendix 4: Delivery date and other deadlines The Agreement, clause 2.1.5 Time and place for the Contractor's performance Appendix 5: Approval test The Agreement, clause 2.2.2 Duty to examine Appendix 6: Administrative provisions The Agreement, clause 1.5 The representatives of the parties Appendix 7: Total price and pricing provisions The Agreement, clause 2.1.6 Warranty period and guaranteed performance The Agreement, clause 3.1 Consideration The Agreement, clause 3.2 Invoicing dates and payment terms Appendix 8: Changes to the general contractual wording Appendix 9: Changes subsequent to the conclusion of the Agreement 10 Appendix 10: Licence terms and conditions for standard software and free software

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Appendix 1: Customer requirements spesification The Customer shall specify its requirements in respect of the deliverables in Appendix 1. 1.0.0 INTRODUCTION (Information) 1.1.0 Background (Information) The purpose of this project is to densify a network of Global Navigation Satellite Systems reference stations and operational services in real time for surveying, mapping, cadastral and land management works in (UAPOS).

Ukrainian law N 353 – XIV, 1998 supports the State Service of Ukraine for Geodesy, Cartography and Cadastre (SSUGCC) to develop and operate a national satellite positioning system. According to the mentioned Law GNSS network is considered be the part of the State Geodetic Network of Ukraine.

The long-term vision of the service is to include up to 200 stations including streaming from intra border stations, with an average distance between 70-100 km. When UAPOS is made available, it is anticipated to initially deliver its services increasingly to support own geodetic surveying as well as private surveyors and various interested stakeholders. In 2019 Ukrainian Government allocated the funds for purchasing of 20 GNSS stations and a control center. These stations have been already installed and are operating in the test mode. Current locations of GNSS stations are: 1 Cherkasy 2 Ivano-Frankivsk 3 Mariupol 4 Ternopil 5 Zaporizhzhia 6 Kropyvnytskyi 7 Severodonetsk 8 Chernivtsi 9 Kherson 10 Poltava 11 Kharkiv 12 Rivne 13 Vinnytsia 14 Sumy 15 Odesa 16 Lutsk 17 Khmelnytskyi 18 Uzhgorod 19 Dnipro 20 Mykolaiv Is expected that already installed GNSS stations along with the purchased within the Norwegian project ones will form a national-wide state-owned GNSS system.

The control center operates the Leica GNSS Spider Software. The GNSS stations are equipped with Leica GR50 receivers and AR10 antennas.

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

2.0.0 SUBJECT OF PROCUREMENT (Information) This Tender concerns the purchase of 20 new stations with delivery and installation and 2 GNSS rovers.

The Contracting authority will only accept tender offers for the complete delivery. 3.0.0 UAPOS PILOT INSTALLATION (Information) 3.1.0 General requirements (Information) The winning contractor shall:

1. Establish 20 new permanently fixed reference stations at sites defined and already prepared by SSUGCC; 2. SSUGCC has carried out an initial study and determined the locations of the permanent stations. The selected sites are presented in the table 1 below, and figure 1 "Location of the reference stations for installation" attached; № Name Coordinates, m H, m Full name EPN X, m Y, m 1 DYMR Dymer 5631687,386 6310594,979 112,373 2 TETI Tetiyiv 5474063,904 5695134,471 241,673 3 BITS 5522258,069 6292545,384 161,501 4 KIEV EPN 5595358,826 6313626,728 203,262 5 BARY Baryshivka 5583135,799 6381512,517 107,047 6 OBUH 5556000,707 6330057,007 140,876 7 MAKS Maksymovychi 5677473,481 5685029,764 155,841 8 PERH Pereyaslav-Khmel´nyts´kyy 5550302,381 6390530,844 91,341 9 TARA Tarascha 5495364,526 6319758,354 180,802 10 SLAV 5712661,042 6344189,004 159,701 11 ZHYT Zhytomyr 5570433,868 5618856,539 223,053 12 MALI Malyn 5628792,294 5658143,748 177,449 13 BRUS Brusyliv 5575676,045 5680126,813 167,904 14 KOZT Kozelets 5511067,601 5632734,156 308,133 15 KANI Kaniv 5514472,636 6389857,543 103,028 16 HREB Hrebinka 5554447,478 6459303,509 113,289 17 KZLC Kozyatyn 5644006,691 6367380,530 124,888 18 CHER Chernihiv EPN 5708599,967 6381951,285 118,275 19 PRYL Pryluky 5607360,623 6456429,572 131,057 20 NIZH Nizhyn 5657948,517 6421656,654 128,041 Table 1: UAPOS: Location of the reference stations for installation These locations shall be taken into consideration for the preparation of the tender offer, tentative sites, work in progress, might change!

The distances between the stations in the network are presented in Table 2 No. Direction from - to Distance, km LELC Maksymovyc 111.5 ELSK Maksymovyc 76.2 HOYN Maksymovyc 84.1 Maksymovyc Slavutych 86.4 Maksymovyc Dymer 67.9 Maksymovyc Malyn 54 Kozelets´ Slavutych 71.6 HOYN Sl h 67 7

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

HOYN Slavutych 67.7 Dymer Kozelets´ 59.2 Kyiv Dymer 38 Brusyliv Dymer 79.8 Brusyliv Malyn 59 Brusyliv Zhytomyr 59.2 Malyn Zhytomyr 67.8 Kozyatyn Zhytomyr 62 Brusyliv Kozyatyn 78.9 Brusyliv Bila Tserk 67.2 Kozyatyn Bila Tserk 92.1 Bila Tserk Tetiyiv 57.3 Kozyatyn Tetiyiv 71.4 Tarascha Tetiyiv 62.7 Bila Tserk Tarascha 39 Bila Tserk Obukhiv 50.1 Tarascha Obukhiv 62.9 Obukhiv Kaniv 71.5 Tarascha Kaniv 72 Pereyaslav Kaniv 35.8 Obukhiv Pereyaslav 58.9 Kyiv Obukhiv 37.8 Brusyliv Kyiv 73.6 Kyiv Baryshivka 58 Pereyaslav Baryshivka 33.5 Kozelets´ Baryshivka 64.1 Pryluky Baryshivka 80.6 Pryluky Pereyaslav 90.2 Kozelets´ Nizhyn 54.3 Pryluky Nizhyn 58.7 Kozelets´ Pryluky 97.1 Dymer Slavutych 87.6 Kyiv Bila Tserk 77.7 Kyiv Kozelets´ 66.7 ELSK HOYN 58.9 LELC ELSK 57.4 Malyn Dymer 76.5 Chernihiv Slavutych 37.7 Chernihiv Nizhyn 67.7 Kozelets´ Chernihiv 68.5 Obukhiv Baryshivka 56.7 Hrebinka Pryluky 53.2 Pereyaslav Hrebinka 71.1 Hrebinka Kaniv 82.8 LELC Maksymovyc 111.5

Table 2: Distance between the reference stations

№ Location Coordinates 1 LELC 51.7878 28.3242 2 ELSK 51.8136 29.1994 3 HOYN 51.9108 29.9992

The SSUGCC will be responsible for providing legal, technical and logistical support to the project implementation including, but not limited to: T kR ibili D il

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

TaskResponsibility Details by SSUGCC 1.1 Site Buildings, trees and other obstructions that can block the view of satellites, reconnaissance together with multipath-prone surfaces, should be limited or non-existing. Blocking trees should be removed if possible. Planned construction on the building and at nearby locations must be taken into account. 1.2 Prepare and Before installations, a written agreement between the owner of the building, sign written site landowner and SSUGCC must be in place (example of contract is attached). agreement and The owner of the building chooses a local contact person that is available assign local during the installation and the operational phase of the site. contact person 1.3 Purchase and The GNSS receivers and network router/modem must be placed indoors, install cabinet and inside a cabinet. The room should preferably be dry and heated, with a stable temperature above 0°C. The cabinet should be located in a secure place, and preferably in a lockable room without access for unauthorized persons. 1.4 Install/prepare The cabinet must have stable access to electricity, and this must be in access to place when the supplier arrives for installation. electricity 1.5 Install/prepare Network communication is ordered from the preferable internet service internet/networkprovider. If an internet connection that satisfies the technical requirements communication is already in place at the location, this can be used if feasible. The internet router and/or modem must be provided by the internet service provider, and the internet connection must be up and running when the supplier arrives for installation. 1.6 Prepare A passage must be prepared for the antenna cable from the antenna and to passage for the cabinet (e.g. drill hole in concrete wall). antenna cable 1.7 Report The completed tasks (1.1-1.6) need to be documented, and a site report must to be sent to the supplier and NMA. The intention is that UAPOS reference stations will be installed primarily on the buildings of the local cadastre offices or other state owned buildings. UAPOS shall fulfil all accuracy requirements for geodesy and navigation, and guaranteed continuity, availability, and quality of the services. UAPOS shall be able to support precise positioning and navigation with high accuracy - centimetre in real time and centimetre and sub-centimetre in post processing. 3.2.0 UAPOS performance requirements: Engineering and system features (Information) Table 4 below presents UAPOS requirements to basic services available to users.

Ref. UAPOS service Procedure/ method Data transfer Accuracy manner 3-2.1DGNSS differential Code differential solution in Wireless Internet Up to 1 m (2D) RMS positioning real-time (GPRS, CDMA,) NTRIP protocol 3.2.2Real-time Network solution of phase Wireless Internet Up to 8 cm (2D) and kinematic measurements in real-time (GPRS, CDMA,) 14 cm (3D) RMS positioning* NTRIP protocol 3.2.3Geodetic precise Post – processing Internet (FTP, Up to 2 cm (2D, 3D) positioning** e-mail) RMS

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Table 4: UAPOS performance requirements

* It is understood that this accuracy is dependent on local conditions, satellite geometry and availability. ** This accuracy is highly dependent on observation time and interval. 3.3.0 Technical offer contents (Information) The bidder shall describe and document how the requirements will be met.

Most of the requirements are mandatory, but some requirements are preferred.

Mandatory: The bidder must fulfill the mandatory requirements.

Preferred: There is no need to fulfill the preferred requirements, but if the bidder fulfill these requirements, it will be counted in the evaluation of the tender. 3.3.1 Mandatory: Project Implementation Plan, Time Schedule and Delivery Plan (Response required) The bidder shall deliver: 1. Project implementation plan 2. Time schedule with milestone and 3. Delivery plan

Project implementation plan, shall include, but not limited, the following activities:

Inception phase – approval of sites location, infrastructure arrangements etc. Delivery, installation, testing of equipment and software covering all tasks listed in 3.1 and checklist below.Organising and execution of training Warranty and technical support period Delivered by June 30 2020.

TaskResponsibility by Details Supplier 2.1 Approve the In the site report (1.7) from SSUGCC, the supplier will evaluate if the performed tasks (1.1- site is ready for installation. If not, the supplier will communicate with 1.6) by SSUGCC SSUGCC on what needs to be finished before installation can begin. 2.2 Provide, assemble, The antenna is mounted on a steel mast on stable ground (bedrock), and install antenna or on stable parts of a building (i.e. concrete). mount 2.3 Install and calibrate Antenna must be levelled and oriented towards north. antenna 2.4 Configure GNSS The GNSS receiver must be configured according to the technical receiver requirements in the tender and/or other requirements from SSUGCC. 2.5 Install and connect Install and organize all components inside the cabinet. Make sure all GNSS receiver and components are protected by the surge protection provided by other equipment in cabinet 3.3.2 Mandatory: Equipment and Hardware (Response required)

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

The equipment and hardware to be delivered shall be brand new and meet the latest proven state-of-the art technology.

The bidder shall deliver a detailed description of the equipment and hardware for the project. All equipment shall be documented with the manufacturer official data sheet. 3.3.3 For information: Transmission and communication (Response required) SSUGCC will be responsible for site preparation including transmission communication and network access equipment.

For the communication between the Control Centre and the CORS sites a minimum bandwidth of 128 Kbit/sec will be established for each station. The bidder should describe if a higher minimum bandwidth is required or just confirm. SSUGCC will be responsible for the capacity of the control centre connection which should exceed the sum of all the bandwidths towards the stations + 40%. 4.0.0 GNNS recivers for 20 reference stations (Information) 4.1.0 Mandatory (Response required) Multi frequency geodetic receiver supporting carrier phase measurements with the following GNSS systems/signals: GPS (L1, L2, L5), GLONASS (L1, L2, L3), Galileo (E1, E5a, E5b, AltBOC), BeiDou (B1, B2, B3). 4.2.0 Mandatory (Response required) The minimum number of tracking channels must be 440. 4.3.0 Mandatory (Response required) The receivers must be able to register data with interval of 1hz as a minimum, up to 20Hz would be preferred. 4.4.0 Mandatory (Response required) Output data formats: RAW (proprietary format), RTCM 2.x and 3.x (including 3.2 MSM). 4.5.0 Mandatory (Response required) The receiver must be able to do automatic restart and keep last configuration after power outage. 4.6.0 Mandatory (Response required) Web interface for remote configuration, status check, restart and firmware upgrade. 4.7.0 Preffered (Response required) Preferable capability of automatic firmware updating and reporting. 4.8.0 Mandatory (Response required)

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Possibilities for external connections:

1 serial port (if needed for failover/backup line) 1 RJ45, 10mb (LAN connection) 4.9.0 Preffered (Response required) WLAN for remote access. 4.10.0 Mandatory (Response required) Communication protocols:

TCP, support HTTP, HTTPS, FTP. The receiver must be able to filter/specify IP addresses that are allowed to connect to the receiver. If this is not supported, the bidder must specify how a secure connection between the control centre and the receiver can be established, without the possibility of unintended users accessing the receiver. 4.11.0 Mandatory (Response required) Configurable communication ports for output, minimum number 2. 4.12.0 Mandatory (Response required) Internal on-board memory or removable memory card (3.3.9.11) must have a capacity of at least 2 Gb. 4.13.0 Preferred (Response required) Ability to store data externally, with support for removable memory card and/or USB host support for external USB mass storage devices. 4.14.0 Preferred (Response required) Receivers should function in all temperature conditions that can occur at each station site: approximately -40 °C - +50°C (operating temperature with external power). 4.15.0 Mandatory (Response required) Delivered with an UPS - uninterruptible power supply device, durability of at least 12 hours 4.16.0 Mandatory (Response required) Internal power supply with removable/non-removable batteries, with optional functionality of disabling the internal power supply. 4.17.0 Mandatory (Response required) The receiver must have NTRIP server and client functionality. 4.18.0 Mandatory (Response required) IP67 certification. 4.19.0 Mandatory (Response required)

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Delivered with a power distribution unit (PDU). Either integrated in UPS or stand alone unit. 5.0.0 GNSS antennas for 20 reference stations (Information) 5.1.0 Mandatory (Response required) 1. Antenna must be multi frequency geodetic GNSS antenna 2. Antenna must not be dependent on external power. 3. 2 (EPN) antennas must have technology for minimizing multipath interference, by choke ring design, integrated ground plane or similar 4. 2(EPN) antennas must be delivered with radome 5. All antennae must be delivered fully equipped with antenna mount . Antenna model must be supported by the GNSS receiver and also be listed in the IGS antenna information files 7. Multi frequency geodetic antennae supporting carrier phase measurements with the following GNSS systems/signals: GPS (L1, L2, L5), GLONASS (L1, L2, L3), Galileo (E1, E5a, E5b, AltBOC), BeiDou (B1, B2, B3). 5.2.0 Mandatory - GNSS antenna cables for 20 reference stations (Response required) High-quality antenna cables. To prevent signal loss, the antenna cable quality must match the distance from the receiver to the antenna, necessary at each station. 5.3.0 Mandatory - training (Response required) Minimum 5-day (40 hours) training session for SSUGCC employees (3-4 people) appointed for UAPOS reference stations installation/maintenance works and geodetic surveying using the delivered GNSS rovers.

All training courses must be provided in the Ukrainian language or with the simultaneous translation into Ukrainian. The bidder must present a detailed plan for the training session content. 5.4.0 Mandatory - warranty (Response required) All equipment must be delivered with Standard Manufacturer Warranty for minimum one year. 6.0.0 Support and service for recivers and antennas (Information) 6.1.0 Mandatory - (Response required) 1. The bidder must provide technical support of UAPOS infrastructure Hardware for the following two years after the installation. 2. The bidder must propose a Service Level Agreement to meet the following requirements: Telephone and email support in the Ukrainian or English language to the UAPOS system administrator must be provided on business days from 09:00 to 17:00 local time For Hardware: 24 hours response time, 72 hours solution time and 7 business days repair time The bidder must describe the content of offered support and service.

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

6.2.0 Preferred (Response required) The bidder should offer local representative to provide first-line support and to keep a stock of normal spare parts. 7.0.0 GNSS Rovers 2 PCS (Information) 7.1.0 Mandatory (Response required) The rovers must be delivered with antenna (that matches the required specifications of the receiver), measuring rod, controller, batteries, related carrying case for the equipment and necessary brackets and cables. The equipment must be brand new, all necessary licenses included. The equipment must be complete with all necessary components to function properly in the UAPOS network. 7.2.0 Preferred (Response required) An integrated receiver and antenna solution is preferred, with wireless connectivity to the controller. 7.3.0 Mandatory - GNSS measurments (Response required) 1. Number of channels: Minimum 440 channels 2. Satellite signals tracking: GPS: L1, L2, L5 GLONASS: L1, L2, L3 Galileo: E1, E5a, E5b B eiDou: B1, B2 3. Carrier phase, Code (C/A, P, C). 7.4.0 Preferred - accuracy (RMS) (Response required) 1. Code differential with DGNSS: Typically horizontal 0.25 m + 1 ppm Typically vertical 0.5 m + 1 ppm

2. Real-time RTK: Rapid static (phase), static mode after initialization: Typically horizontal: 5 mm + 0.5 ppm Typically vertical: 10 mm + 0.5 ppm Kinematic (phase), moving mode after initialization: Typically horizontal: 10 mm + 1 ppm Typically vertical: 20 mm + 1 ppm 3. Post processing: Static (phase) with long observations: Typically horizontal: 3 mm + 0.1 ppm T i ll i l 3 5 0 4

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Typically vertical: 3,5 mm + 0.4 ppm

Static and rapid static (phase): Typically horizontal: 5 mm + 0.5 ppm Typically vertical: 10 mm + 0.5 ppm

Kinematic (phase): Typically horizontal: 10 mm + 1 ppm Typically vertical: 20 mm + 1 ppm 7.5.0 Preferred - Support RTK network solutions (Response required) VRS, FKP, MAC(Max/iMAX) 7.6.0 Preferred - additional features (Response required) RTK reference station functionality. 7.7.0 Preferred - internal power supply (Response required) Rechargeable & removable “hot swappable” Li-Ion battery. 7.8.0 Mandatory - electrical (Response required) Comply with electrical specifications for Ukraine. 7.9.0 Mandatory - data storage (Response required) Internal storage and/or removable memory card (minimum 2 GB). 7.10.0 Preferred - type of data (Response required) Onboard storage of GNSS observation data. 7.11.0 Preferred - communication ports (Response required) USB, Bluetooth, Serial RS232. WiFi 7.12.0 Preferred - external data links (Response required) Radio modem: UHF/VHF radio. 7.13.0 Mandatory - external data links (Response required) Cellular modem (GSM/GPRS). Support for UMTS and CDMA is preferable. 7.14.0 Preferred - real-time data formats for data transmission and reception (Response required) RAW (proprietary format), CMR, CMR+

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

7.15.0 Mandatory - real-time data formats according RTCM standard for data transmission and reception (Response required) RTCM 2.1, RTCM 2.3, RTCM 3.0, RTCM 3.1, RTCM 3.2 (incl. MSM) 8.0.0 Receiver accessories set (Information) 8.1.0 Preferred (Response required) Controller Communication: USB, Bluetooth, Serial RS232 Removable memory card Battery: Li-Ion rechargable 8.2.0 Mandatory (Response required) Application Software for controller: Field survey software Complete set of necessary accessories (2 m telescopic carbon fiber pole and “Set up on Pole” accessories: controller bracket, adapters, holders, all necessary cables, packs, etc.). 8.3.0 Preferred - environmental specifications (Response required) (Shall be applied for all to all components of the rover setups) 1. Temperature: Operating: approximately -30° C to +60° C Storage: approximately -30° C to +70° C 2. Humidity: Close to 100% desirable. 8.4.0 Warranty (Information) 8.4.1 Preferred (Response required) Proof against: water, sand and dust: IP67 Withstands strong vibration during operating.

Withstands 1.0 m drop onto hard surfaces. Withstands topple over from a 2 m survey pole onto hard surfaces. 8.4.2 Mandatory (Response required) All equipment shall be delivered with Standard Manufacturer Warranty for one year. 9.0.0 Support and service GNSS Rovers (Information) 9.1.0 Preferred (Response required)

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

The bidder should provide technical support of GNSS Rovers for the following two years year after the warranty. 9.2.0 Preferred (Response required) The bidder should propose a Service Level Agreement for GNSS Rovers to meet the following requirements: Telephone and email support in the Ukrainian or English language to the UAPOS system administrator must be provided on business days from 09:00 to 17:00 local time For Hardware: 24 hours response time, 72 hours solution time and 7 business days repair time 10.0.0 Mandatory - The Agreement, clause 2.1.3 Applicability of standard licence terms and conditions and agreement terms and conditions (Response required) Copies of the licence term and conditions for standard software included in the deliverables must be appended here. 11.0.0 The Agreement, clause 4.3 Free software (Response required) If the deliverables include free software, copies of the licence terms and conditions that apply for the relevant free software must be inserted here. The Agreement, clause 1.1 Scope of the Agreement If the deliverables shall function together with the Customer's current technical platform, this shall be stated here. (The Customer's current technical platform shall be described by the Customer in Appendix 3)

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Appendix 2: Contractor description of the deliverables The Contractor shall, based on Appendix 1 (Customer requirements specification) describe its deliverables/solution here.

The Contractor should be aware of the fact that deviations, reservations or other changes to the Agreement in Appendix 2 to the Customer's requirements in Appendix 1 in connection with the submission of a tender may result in rejection of the tender by the Customer.

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Appendix 3: Customer technical platform Appendix 3 must be completed by the Customer. The Agreement, clause 1.1 Scope of the Agreement In 2019 Ukrainian Government allocated the funds for purchasing of 20 GNSS stations and a control center. These stations have been already installed and are operating in the test mode. Current locations of GNSS stations are:

1 Cherkasy 2 Ivano-Frankivsk 3 Mariupol 4 Ternopil 5 Zaporizhzhia 6 Kropyvnytskyi 7 Severodonetsk 8 Chernivtsi 9 Kherson 10 Poltava 11 Kharkiv 12 Rivne 13 Vinnytsia 14 Sumy 15 Odesa 16 Lutsk 17 Khmelnytskyi 18 Uzhgorod 19 Dnipro 20 Mykolaiv

The control center operates the Leica GNSS Spider Software. The GNSS stations are equipped with Leica GR50 receivers and AR10 antennas.

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Appendix 4: Delivery date and other deadlines The Agreement, clause 2.1.5 Time and place for the Contractor's performance Software and equipment shall be delivered as described in appendix 1, Chapter 3.3.1 Project Implementation Plan, Time Schedule and Delivery Plan, and the description from the contractor in appendix 2.

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Appendix 5: Approval test Appendix 5 shall be completed by the Customer. The Agreement, clause 2.2.2 Duty to examine See Appendix 1, chapter 3.3.1, and the description from the contractor in appendix 2.

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Appendix 6: Administrative provisions The Agreement, clause 1.5 The representatives of the parties The authorised representatives of the parties: For the Contractor:

For the Customer: The authorized representative of Statens kartverk shall be Kåre Kyrkjeeide, Director International Services or his designated representative. Contact persons For the Contractor:

For the Customer: Maria Lodin, Project manager Statens kartverk Telephone: +47 488 98 959 E-mail: [email protected] For SSC: Name Telephone: E-mail:

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Appendix 7: Total price and pricing provisions All prices and the detailed terms governing the consideration to be paid by the Customer for the deliverables provided by the Contractor shall be set out here in Appendix 7. The Customer must think through the price format (hourly rate, unit price, fixed price, etc.). The Contractor shall base its tender on this and create templates for this in Appendix 7. Any special payments arrangements such as discounts, prepayments, part payments, and different payment dates must also be specified. The Agreement, clause 2.1.6 Warranty period and guaranteed performance See appendix 1 and appendix 2 about warranty period. The Agreement, clause 3.1 Consideration See attachment 1 - Priceform. The Agreement, clause 3.2 Invoicing dates and payment terms Other payment terms, and any terms and conditions relating to the use of EHF, shall be set out here. The agreed payment to the Contractor is EUR XXX including VAT and any other taxes which the Contractor is obliged to pay.

The contractor shall be committed to accomplish all defined works within this financial limit. The invoicing and payment shall be made according to agreed milestones:

Payment When Description Invoice 1 2 3 4 5

The Contractor’s reports following completion of agreed phases shall be approved before payment. The Customer shall provide comments, approve or reject reports within 10 days after the delivery of the reports. Invoicing Invoices shall be submitted, in electronic form by email to SK, containing information as specified below: Invoices must be marked: Invoice for Project: TIN UKR CORS (102197)

Project-number: 19/XXXXX Resource number: 51129 Att.: Maria Lodin Invoices shall be addressed to Statens kartverk, 3507 Hønefoss, Norway

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Section 6.5 of the Agreement: Price adjustments

There shall be no price adjustment for this agreement.

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Appendix 8: Changes to the general contractual wording Norwegian: Endringer til den generelle avtaleteksten skal samles her med mindre den generelle avtaleteksten henviser slike endringer til et annet bilag, jf. avtalens punkt 1.3. Det er mulig å gjøre endringer til alle punkter i avtalen, også der hvor avtaleteksten ikke eksplisitt åpner for dette. Leverandøren bør imidlertid være oppmerksom på at avvik, forbehold og endringer i avtalen kan medføre at tilbudet blir avvist. Alle slike endringer skal fremkomme her, slik at teksten i den generelle avtaleteksten forblir uendret. Det må fremkomme klart og utvetydig hvilke bestemmelser i avtalen det er gjort endringer til samt resultatet av endringen. English: Changes to the general contractual wording shall be set out here, unless the general contractual wording refers such changes to a different Appendix.

Changes can be made to all the clauses in the Agreement, even where there is no clear reference to the fact that changes can be agreed. Changes to the contractual wording shall be specified here so that the wording of the general contractual wording remains unchanged. It must be stated clearly and unequivocally which clause or clauses in the Agreement have been changed and the result of the changes.

The Contractor should, however, be aware of the fact that deviations, reservations or changes to the Agreement in connection with the submission of a tender may result in rejection of the tender by the Customer.

Example of change table:

Clause of the Agreement Shall be replaced by

Chapter x.x.x, paragraph y New formulation/text

Revised 11/14/2019 11:13:57 AM Appendix Instructions for the Norwegian Goverment's Standard Terms and Conditions for IT Procurement - SSA-K 2018

Appendix 9: Changes subsequent to the conclusion of the Agreement The Contractor shall maintain a directory of the changes on an ongoing basis, which directory shall form Appendix 9, and shall without undue delay provide the Customer with an updated copy thereof. The Customer must maintain its own overview of the change requests it has sent, the change estimates it has received, and the changes order it has issued. Example of change directory:

Change no. Description Effective date Archive reference

10 Appendix 10: Licence terms and conditions for standard software and free software Kopi av lisensbetingelser for standardprogramvare og fri programvare inntas i bilag 10.

The Agreement, clause 2.1.3 Applicability of standard licence terms and conditions and agreement terms and conditions Copies of the licence term and conditions for standard software included in the deliverables must be appended here.

The Agreement, clause 4.3 Free software If the deliverables include free software, copies of the licence terms and conditions that apply for the relevant free software must be inserted here.

Revised 11/14/2019 11:13:57 AM