PROCUREMENT DOCUMENTS

PUBLIC TENDER IN ACCORDANCE WITH THE LOW-VALUE PROCEDURE

No. JN-B0776

PURCHASE OF IP VIDEO CODING AND DECODING EQUIPMENT CONTENTS

2 1. INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER

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

Bids in two copies (one original and one copy) 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-B0776“. The full address of the Bidder is to be written on the envelope.

The term for acceptance of bids is until 08.00 a.m. on 10 August, 2017. 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 10 August 2017 at 09.00 a.m. on the premises 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, 29 Juny, 2017 Commercial Department of RTV Slovenija

3 2. INSTRUCTIONS FOR MAKING BIDS

2.1. CONTRACTING AUTHORITY OF THE PUBLIC TENDER

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

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

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

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

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

2.2. LEGAL GROUND

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

2.3. BASIC RULES OF OPERATION

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

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.

4 3. SUBJECT OF THE PUBLIC PROCUREMENT

3.1. GENERAL DESCRIPTION The subject of the public procurement is the purchase of five (5) sets of video coding and decoding equipment for A/V signal transmissions from RTV venues over 3G/4G mobile networks, wireless WiFi, Ethernet connections and connections via satellite terminal Ka-SAT to the RTV broadcasting canter in Ljubljana. For transmission coding units the buyer is purchasing two (2) external antennas.

3.2. GENERAL REQUIREMENTS AND SPECIFICATIONS

3.2.1. Technical documentation

In the offered documentation the bidder must enclose all needed documentation from which is clearly seen the fulfilling of all technical demands from the bidding documentation.

The comprehensive technical documentation from the bidder, needed for user's daily work and maintenance in Slovene and/or English language must be provided at the equipment delivery. The documentation must be in electronic Acrobat PDF form. The documentation must correspond to the actual state of the system at the time of final acceptance and must contain instructions for the operation, maintenance and integration into the client's control system.

The technical documentation must include at least the following items: - A detailed description of the system and the individual devices, - Indication and description of the necessary repair procedures, as foreseen by the manufacturer, - Scheme of connections and the physical layout of the parts, - A description of the configuration and integration into the control system, - The availability of MIB files and their detailed description, - Protocols documentation of management and control interfaces, - All system and administrative passwords.

3.2.2. STANDARDS

The equipment must fulfil the CE and EMC standards.

The equipment must meet technical regulations and norms related to power supply (110V/230V, 50Hz/60Hz), grounding and protection against electric shock: o SIST EN 50160, o SIST EN 60950, o SIST EN 61140 and o Power factor - cos phi ≥ 0.95.

The technical guideline TSG-N-003 2009 must be observed - Protection against lightning.

Offered equipment must comply with the electromagnetic compatibility regulations: o Rules on EMC (Ur. l. RS, no. 132/06) o SIST EN 50081-1, o SIST EN 50082-2, o SIST EN 55022 and o SIST EN 55024.

3.2.3. REJECTING OF A BID

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

5 3.3. TECHNICAL SPECIFICATION The system is designed to transmit A/V signals from the locations of the TV transmissions to the TV Center in Ljubljana.

3.3.1. THE INPUT/OUTPUT VIDEO SIGNALS

The subscriber A/V signals will be connected to the coding-decoding equipment with its own cables. Coding-decoding equipment must support the following signals: - HD SDI according to the SMPTE 292M with at least one embedded AES audio signal (BNC connector) - input signal at coding equipment and output signal at decoding equipment. - "Black burst" and/or three-level HD reference signal to synchronize the video signal at the output of decoding devices (BNC connector) – input signal at decoding equipment.

3.3.2. PORTABLE ENCODING UNITS

The provider must offer the advanced video coding equipement according to ITU-T Rec. H.264 / ISO / IEC 14496-10 for all video links. That is already used for networking at live transmissions from the field by the client.

The encoding bitrate and output transport stream rate on the decoder side must be adjustable manually, for the video must be at least to 15 Mb/s.

Portable coding units in addition to the previously mentioned features must support or have: - BNC connector for HD-SDI video signal with at least one stereo or 2x mono embedded AES audio signal, - 2 - channel analog audio input which is embedded to the input HD-SDI signal. - HDMI IN 1.3 connector, - 4-wire (4W) communication (microphone input - 3.5 mm mini jack connector, headphone output 3.5 mm stereo mini jack connector – microphone set) connector, - 2 x RJ45 Ethernet interface capable of STATIC, DHCP and GATEWAY IP address. In addition to available connection over the public internet the unit must have the ability to link via hired data link (point to point) without internet access, whilst retaining all the functionality and the management ability on the decoder side. Operations via Ka-SAT terminals like Eutelsat Ka2Go must be also supported, - at least 6 built-in 3G/4G modems with integrated antenna system and a corresponding number of slots for SIM cards. The unit must support the ability to unlock the locked SIM cards, modems functioning must be compatible with the operation of 3G/4G mobile network (EDGE, HDSPA, DC-HSPA+, LTE) standards and mobile network frequency bands of all major foreign network providers (at least operating 800 MHz, 900 MHz, 1800 MHz, 1900 MHz, 2100 MHz and 2600 MHz frequency bands), - SD memory card slot, which records video, also in live transmission mode. It must allow a subsequent transmission of recorded material from SD card with a capacity of at least 64 GB. SD cards are not required, - USB 2.0 or 3.0 ports, Typa A connectors (at least 2 x) for connecting of an external modem and HDD/flash memory devices for the purpose of sending files, - WiFi modem supported by 802.11 b/g/n with internal antenna and using WPA/WPA2 function, - ASI output, BNC connector, - colour touch screen. - the unit must have the possibility of an external antenna connection, - power supply over 110V/220V, 50/60Hz adapter. The unit must have built-in internal rechargeable batteries and/or relevant external rechargeable batteries with a V-mount bracket. If external rechargeable batteries are offered, charger for these rechargeable batteries for each unit must be included in the offer. The rechargeable batteries must also have an integrated internal charger. The autonomy of operating unit with the built-in and/or external rechargeable batteries must be at least 45 minutes.

By the LCD touch screen of the coding unit it must be supported the complete device configuration, A/V signal recording trigger for recording on card, sending V/A signal from SD card and USB memory unit

6 to the server (decoding unit) and live A/V signal transmission and indicate device status and connection properties (status) for every individual modems. During the established connection between the units, management also must be enabled from the decoder/receiver unit. The configuration of the coding unit must be possible via a laptop, smartphone and tablets with the following functionalities: - the input picture and sound display, - the network configuration status of the individual connection, - input signal selection (video, SD, USB...), - mode setting (live, recording, transmitting material), - quality settings based on the data connection speed, - the delay setting of the A/V signal, at least minimal 1s must be possible, - the destination (decoding) IP address setting, - the possibility of DHCP or Static IP to establish the Ethernet connection over Internet - sending the material to a specific FTP server, - WiFi selection with the SSID and password setting.

The unit must have the protection from bad weather conditions (IP65). The unit must be portable so that it does not interfere with the operator for other tasks. The unit must be installed in a backpack and via V-mount adapter on larger camcorders. Backpack must allow the transport of the transmitting unit including rechargeable batteries and AC adapter. Simultaneously the access to the management LCD screen of the portable device and the cable connection between the unit and an external A/V source must be unobstructed. The unit weight without rechargeable batteries must not exceed 1500 g.

3.3.3. EXTERNAL ANTENNA

For portable codding unit the bidder must offer the antenna with the possibility of mounting on the vehicle, with a minimum relative gain of 1.5 dBi compared to an internal antenna of the unit, in the entire frequency range from 800 to 2600 MHz and with the connecting RF cable, length of at least 3 m.

3.3.4. SMARTPHONE APPLICATION SPECIFICATION

Application for smartphones must be supported for phones with the Android operating system and the iPhone. The application must support the process of encoding the signal in a way that it is possible to decode the signal by a fixed decoding unit. Application must support the following settings: - operating in "live" operation mode, "record" and "forward", - choice of front or rear camera, - the must application supports simultaneous connection and broadcasting "live" through established WiFi and/or 3G/4G network connection, - setting of the quality of A/V signal and a delay, - the number of applications installed on smart phones must be unlimited, decoder must have the possibility to receive the stream from a mobile coding unit or from Smartphone at the same time. The smartphone application user must coordinate with the staff in the MCR to get the necessary connection information before connecting the A / V signal from the active smartphone on one of the arbitrary receiving decoding units. Eventual costs of licenses must be included in the system price.

3.3.5. DECODING UNITS

The entire equipment must produce and receive streams in "unicast and multicast" mode via UDP and/or RTP protocol.

Decoding units must have the possibility of installation in 19 '' rack enclosures, 1 HE high with power redundancy 110V/220V, 50Hz/60Hz.

Decoding unit must have: - output BNC connector for HD SDI video signal with embedded audio signal, - AES output, BNC type connector,

7 - synchronisation of decoded output SDI video signals with external reference clock source signal (black burst), BNC type connector, - four-wire (4W) communication (IFB IN and AUDIO OUT, connector type XLR-3, balanced audio signal), external implementation of the required connector is allowed, - offered devices must have two or more Ethernet data interfaces. Ethernet interfaces must use RJ-45 type connector for connection with CAT 5E/6E type network cable. Interfaces must indicate the status. The device data interface is used to transmit/receive compressed or repacked data stream. The data interface must provide transmission via UDP / RTP and MPEG TS protocol, the video data bitrate should be adjustable at least from 2 to 15 Mbps; - devices will be connected to existing subscriber’s Ethernet switches through their Ethernet interfaces. Devices must ensure the control interface as follows: o local control, managing with a laptop computer, o the remote monitoring/control/alarm, - the device must support the SNMP protocol. The bidder must deliver the MIB (Management Information Base SNMP) files. MIB data structure must conform to the firmware version of the devices at the final acceptance; - the unit must be controlled by an integrated GUI web server (WEB browser), with adjustable IP address, which must be supported by all relevant functional technical settings. From the decoding unit management remote accessibility of the transmission coding units must be possible. All adjustable parameters must be allowed on the coding unit side (chapter 3.3.2.). If on the decoding unit the type of output V/A signal is changed, the input signal on the portable encoding unit may not change or may not influence on it. Every change of settings on both (the encoding and decoding) units 4W connection must be maintained. 4W connection must be established when connected to a portable unit; - each decoder unit must decode the signal from the portable unit or from smartphone. Desired signal selection at the output of the decoder is executed via the settings on the decoder.

3.3.6. DEVICE MANAGEMENT

Device management must be enabled manually on the device itself.

Each network element must be equipped with autonomous and independent management web (WEB) server, using a web browser that is not based on the Java.

By web access it must be enabled: complete control / administration and complete management / monitoring, access must be allowed only by the username and the password.

3.3.7. ENVIRONMENTAL REQUIREMENTS

The system must operate under the following environmental conditions: o Temperature range: -10°C ÷ 40°C o Relative humidity: <85%

3.3.8. ALARMS AND THEIR SIGNALISATION

Devices must signalise faults on the basis of: - device incorrect functioning, - input stream loss, - input signal loss.

3.3.9. UNIT MANAGEMENT AND CONTROL – OPTION

The bidder must optionally offer the integrated solution for the management and control of all transmitter and receiver units from one location, in the context of separate hardware and/or software

8 application. The application must contain the geographical location of each active unit, the status of all currently available units (including video content) and their entire management with accessing the web applications of individual devices in real time.

3.4. GENERAL REQUIREMENT FOR ALL EQUIPMENT

3.4.1. TRAINING

After the receipt of equipment the bidder must organize and carry out practical educational training at subscriber on offered equipment. For the education purpose the documentation must be delivered, at least in electronic form, in Slovenian or English.

Training must include practical examples: • the devices control and management settings • configurations storing and retrieving • management of users

The bidder must carry out training at the customer, up to 4 hours and for up to 8 subscriber participants.

Education must be organized before the final acceptance.

The bidder bear all educational costs, including the cost of food, transport, accommodation and daily allowance for contractors training.

3.4.2. DELIVERY

The Contracting Authority requires delivery of equipment (goods) at the latest within 6 weeks from the beginning of the Contract validity.

Partial deliveries are not allowed.

3.4.3. ACCEPTANCE OF THE EQUIPMENT AND INSTALLATION

3.4.3.1. Quantitative acceptance of equipment

The Contracting Authority will provide the commitment after receiving of the equipment in the buyer’s depot, no later than within 5 working days.

The Contracting Authority will mount the equipment by himself according to the manufacturer's instructions and his own schedule.

3.4.3.2. Final acceptance of the equipment

The final acceptance is performed at the buyer location by the Contracting Authority and by the bidder of the equipment, who must have technically qualified staff, or by the supplier of the equipment. At the final acceptance and start-up, the following characteristics are observed: • the quality of the supplied equipment, • the applicability of the system • stability of the system when is operational, • the abolishment of eventual system errors, • automatic detection of input material formats, • coding delay encoder - decoder, • synchronization of the output signal of the receiver with the external sync signal.

Before the final acceptance the training must be carried out (see section 3.4.1.).

Final acceptance will be provided in no later than 14 days after the equipment receipt. The exact date will be determined by agreement between the bidder and the buyer.

9 Any irregularities detected in the final acceptance of the equipment must be eliminated by the bidder within 14 days, after that the buyer can redeem the warranty for good performance of contractual obligations.

It is considered that the final delivery is executed when all the possible irregularities were found and were eliminated, specified by customer in written form.

After the successful completion of final acceptance, the contracting authority shall sign and issue a record of final acceptance.

The buyer will start-up the equipment by itself with bidder or manufacturer technical assistance. That can be via phone, remote control or via e-mail too.

3.4.4. WARRANTY CONDITIONS

During the warranty period the bidder is obliged to inform the buyer about the existence of new software and hardware upgrades. All upgrades (bug fix upgrades) within the device warranty period must be for customer available for free. The bidder must bear all costs in the event of hardware upgrades, necessary to eliminate the bug.

Required minimum warranty period for all the equipment is 24 months. The bidder can offer better warranty conditions.

The warranty period starts on the date of final acceptance of the equipment at the customer.

The bidder must provide detailed information on the warranty equipment maintenance, and briefly describe the procedures for warranty maintenance. Provided information must include: - the equipment return procedure in case of failure, - the service address for the offered equipment, - the person contact or department, - telephone number, fax, e-mail of the contact person or department, - time of response, - the period of time in which the failure will be eliminated or in which will be provided the replacement equipment.

During the warranty period the bidder must respond in no later than 3 working days. The response time is the time in which the bidder must contact the customer by e-mail or by telephone. The bidder must commit the failure of device on the buyer location to repair it and return it to the address of RTV Slovenia in Ljubljana. If the bidder is not capable to eliminate the failure of device in the required deadline then he must for the time until the device is adjusted, deliver to buyer the replacement equipment with the same functionality and all licenses. Replacement equipment must be ready for immediate action when replacing. After the repair of buyer equipment the replacement equipment must be replaced. The bidder is obliged to cover the costs of transport in both directions, also for the transport of replacement equipment.

The deadline for the repair, elimination of fault or delivery of replacement equipment is maximum 10 working days from receipt of error report by fax or e-mail.

The bidder must issue a written report on the work and replaced components or functional units at any equipment repair. The buyer has the right that his own equipment is repaired. If the buyer’s equipment cannot be repaired, then the customer must be supplied with the equipment either from the same series or later with the same technical characteristics and must have the same functionality (with the same license as it was in the replaced equipment). Upon delivery to the subscriber the returned equipment from repair must be flawless.

During the warranty period the bidder must provide free of charge service program support, servicing and spare parts for the entire equipment.

The service support is troubleshooting assistance via phone, remote control or via e-mail.

3.4.5. SPARE PARTS

10 The bidder must ensure the supply of spare parts and free of charge program support for servicing at least 7 years after the date of final acceptance of the equipment.

During warranty maintenance those spare parts must be provided free of charge.

3.4.6. TECHNICAL REQUIREMENTS AND SPECIFICATIONS

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

11 4. BID DOCUMENTATION

4.1. GENERAL CONDITIONS FOR MAKING BID DOCUMENTATION

4.1.1. CLARIFICATION TO THE PROCUREMENT DOCUMENTS

The Bidder can demand clarifications to procurement documents in electronic form only - using the form that is the part of this documentation and send it to the e-mail address: [email protected], or the Bidder can demand clarifications through the Public Procurement Portal www.enarocanje.si at the publication of the subject public tender; at the latest 6 days prior to the term for acceptance of bids (i.e. till 09.00 a.m. on 04 August, 2017). Questions, not asked in the prescribed manner, 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-B0776.

4.1.2. LANGUAGE

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

4.1.3. MARKING

Pages 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 BID

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

4.1.5. ALTERNATIVE BIDS AND VARIANT BIDS

Alternative bids and variant bids are not allowed.

12 4.1.6. FORM OF A BID

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

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

4.1.7. VALIDITY OF THE BIDS

Bids must be valid till 16 October, 2017, 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 warehouse of RTV Slovenija, Čufarjeva Street 6, 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:  70 % - within 30 days after the quantity acceptance of the equipment on the Contracting Authority’s location and receipt of the relevant invoice;  30 % - 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 time: The Contracting Authority requires delivery of equipment (goods) at the latest within 6 weeks from the beginning of the Contract validity. Partial deliveries are not allowed.

Optional offer:

The Bidders have to offer separately from the basic offer also the values of the optional offer, according to the requirements in chapters 3.3.9. Optional offer must be binding. In case the Bidder does not offer option, such bid shall be eliminated from the further process of public procurement.

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

13 The value of the Optional offer 1 is not included in the anticipated value of this public tender. The price for bidden option is fixed for one year after the beginning of the Contract JN-B0776 validity.

In case the Contracting Authority decides for the Optional Offer already at the Decision on the award of a Contract (subject to available financial resources and actual needs), the contractual parties shall include it in the basic Contract. In case the Contracting Authority decides for the option later (in the period of one year from the beginning of the Basic Contract validity), the contractual parties shall conclude an Annex to the Contract JN-B0776, according to the Optional offer, that will be enclosed to this Contract. The Annex must be signed and duly stamped by the authorized representatives of both Parties.

4.2.5. PRO FORMA INVOICE

4.2.6. STATEMENT OF CAPABILITY AND ELIGIBILITY FOR PARTICIPATION

4.2.7. BANK CERTIFICATE OF SOLVENCY

The Bidder must enclose Bank Certificate of solvency, showing the Bidder’s accounts have not been blocked (outstanding due obligations) for more than 5 days in the last 6 months (all accounts together). On the date of opening of the bids, this Certificate must not be older than one month.

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

The document (under item 4.2.7) 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.

4.2.8. WARRANTY CONDITIONS OF THE BIDDER

The required warranty period for all the equipment is at least 24 months 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 item 3.4.4 of the procurement documents.

4.2.9. DECLARATION OF THE BIDDER REGARDING THE SPARE PARTS

4.2.10. DECLARATION OF THE BIDDER - ALL THE OFFERED EQUIPMENT IS FACTORY-NEW

4.2.11. DECLARATION OF THE BIDDER REGARDING THE SOFTWARE AND HARDWARE UPGRADES

4.2.12. STATEMENT OF THE MANUFACTURER OR PRINCIPAL

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

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

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

4.2.13. SAMPLE OF THE CONTRACT

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

14 4.2.14. TECHNICAL DOCUMENTATION

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

4.2.15. DECLARATION, STATING THE BIDDER SHALL PROVIDE A PERFORMANCE GUARANTEE

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

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

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

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

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

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

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

15 5. CONTRACT AWARD CRITERIA

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

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

the sum of the estimated basic offer and optional offer ( 2 ------) x 100 points the sum of the lowest basic offer and optional offer

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

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

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

6. REVIEW CLAIM

6.1. LEGAL BASE AND TERMS FOR SUBMISSION Pursuant 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 CLAIM The 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 procurement documents of the subject tender.

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

7. FORMS

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

16 DATA ON BIDDER AND BID FOR PUBLIC TENDER – JN-B0776

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

BID NO.:

COMPANY NAME / NAME OF THE BIDDER:

LEGAL STATUS OF THE BIDDER:

THE BIDDER IS SME (micro, small or medium-sized enterprise) - please encircle YES NO

ADDRESS OF THE BIDDER:

NUMBER OF (BUSINESS) ACCOUNT - IBAN, SWIFT:

BANK’S ADDRESS:

CONTACT PERSON RESPONSIBLE FOR A BID:

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: ………………………………….

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

17 DECLARATION OF BIDDER’S ACCEPTANCE OF PUBLIC PROCUREMENT CONDITIONS JN-B0776

The Bidder:

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

- Address: ......

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

We herewith declare that we accept all the conditions, required in the procurement documents for the submission of our bid on the published tender for the purchase of IP video coding and decoding equipment.

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

…...... …......

18 FORM OFFER – BASIC OFFER FOR PUBLIC TENDER JN-B0776

Purchase of IP video coding and decoding equipment:

Item Description Value in EUR

01 Value of the complete bidden equipment (except option) and training, according to the requirements in chapter 3 of procurement documents

02 Allowed discounts

03 TOTAL NET - DDP Ljubljana, delivered to the warehouse of RTV Slovenija, Čufarjeva Street 6, Ljubljana (accor. to INCOTERMS 2010); without VAT

Payment conditions:

 70 % - within 30 days after the quantity acceptance of the equipment on the Contracting Authority’s location and receipt of the relevant invoice;  30 % - 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 date: ……………………

Warranty period: ……………………

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

......

19 FORM OFFER – OPTIONAL OFFER FOR PUBLIC TENDER JN-B0776

Purchase of Unit management and control:

Item Description Value in EUR

01 Value of the complete bidden equipment - OPTION, according to the requirements in chapter 3 of procurement documents

02 Allowed discounts

03 TOTAL NET - DDP Ljubljana, delivered to the warehouse of RTV Slovenija, Čufarjeva Street 6, Ljubljana (accor. to INCOTERMS 2010); without VAT

The value of the Optional offer 1 is not included in the anticipated value of this public tender. The price for bidden option is fixed for one year after the beginning of the Contract JN-B0776 validity.

In case the Contracting Authority decides for the Optional Offer already at the Decision on the award of a Contract (subject to available financial resources and actual needs), the contractual parties shall include it in the basic Contract. In case the Contracting Authority decides for the option later (in the period of one year from the beginning of the Basic Contract validity), the contractual parties shall conclude an Annex to the Contract JN-B0776, according to the Optional offer, that will be enclosed to this Contract. The Annex must be signed and duly stamped by the authorized representatives of both Parties.

Payment conditions:

 70 % - within 30 days after the quantity acceptance of the equipment on the Contracting Authority’s location and receipt of the relevant invoice;  30 % - 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 date: ……………………

Warranty period: ……………………

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

......

20 PROFORMA INVOICE FOR PUBLIC TENDER JN-B0776

The Bidder must enclose the detailed breakdown of prices according to the separate items of the offer, separately for basic offer an separately for optional offer.

21 Bidder: ………………………………………………………………

Address: ......

STATEMENT OF CAPABILITY AND ELIGIBILITY FOR PARTICIPATION FOR PUBLIC TENDER JN-B0776

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

1. The economic operator or any individual person, who is a member of its administrative, management or supervisory body of the said economic operator, or is authorised to represent it, decide on its behalf or supervise it, has not been issued a final judgement with the elements of the following criminal offences, as defined in the Criminal Code (Official Gazette of the Republic of Slovenia no. 50/12- official consolidated text and 54/15; hereinafter: the KZ-1) and as indicated in the first paragraph of Article 75 of the ZJN-3, as follows: – Terrorism (Article 108 of the KZ-1), – Financing of Terrorist Activities (Article 109 of the KZ-1), – Incitement and Public Glorification of Terrorist Activities (Article 110 of the KZ-1), – Conscripting and Training for Terrorist Activities (Article 111 of the KZ-1), – Enslavement (Article 112 of the KZ-1), – Trafficking in Human Beings (Article 113 of the KZ-1), – Acceptance of Bribe during the Election or Ballot (Article 157 of the KZ-1), – Violation of Fundamental Rights of Employees (Article 196 of the KZ-1), – Fraud (Article 211 of the KZ-1), – Abuse of a Position of Monopoly (Article 225 of the KZ-1), – False Bankruptcy by Fraud or Business Negligence (Article 226 of the KZ-1), – Defrauding Creditors (Article 227 of the KZ-1), – Business Fraud (Article 228 of the KZ-1), – Fraud to the Detriment of the European Union (Article 229 of the KZ-1), – Fraud in Obtaining Loans or Benefits (Article 230 of the KZ-1), – Fraud in Securities Trading (Article 231 of the KZ-1), – Deception of Purchasers (Article 232 of the KZ-1), – Unauthorised Use of Another's Mark or Model (Article 233 of the KZ-1), – Unauthorised Use of Another's Patent or Topography (Article 234 of the KZ-1), – Forgery or Destruction of Business Documents (Article 235 of the KZ-1), – Disclosure and Unauthorised Acquisition of Trade Secrets (Article 236 of the KZ-1), – Breaking into Business Information System (Article 237 of the KZ-1), – Abuse of Insider Information (Article 238 of the KZ-1), – Abuse of Financial Instruments Market (Article 239 of the KZ-1), – Abuse of Position or Trust in Business Activity (Article 240 of the KZ-1), – Unauthorised Acceptance of Gifts (Article 241 of the KZ-1), – Unauthorised Giving of Gifts (Article 242 of the KZ-1), – Counterfeiting Money (Article 243 of the KZ-1), – Counterfeiting and Use of Counterfeit Stamps of Value or Securities (Article 244 of the KZ-1), – Money Laundering (Article 245 of the KZ-1), – Presentation of Bad Cheques and Abuse of Bank or Credit Cards (Article 246 of the KZ-1), – Use of a Counterfeit Bank, Credit, or Other Card (Article 247 of the KZ-1), – Fabrication, Acquisition and Disposal of Instruments of Forgery (Article 248 of the KZ-1), – Tax Evasion (Article 249 of the KZ-1), – Smuggling (Article 250 of the KZ-1), – Abuse of Office or Official Duties (Article 257 of the KZ-1), – Abuse of Public Property (Article 257.a of the KZ-1), – Disclosure of Classified Information (Article 260 of the KZ-1), – Acceptance of Bribes (Article 261 of the KZ-1), – Giving Bribes (Article 262 of the KZ-1), – Accepting Benefits for Illegal Intermediation (Article 263 of the KZ-1), – Giving Gifts for Illegal Intermediation (Article 264 of the KZ-1), – Criminal Association (Article 294 of the KZ-1).

2. We meet the obligations related to taxes and other monetary non-fiscal obligations pursuant to the law regulating of the financial administration, collected by the tax authority in line with the provisions of the country in which we have our registered office or in Member State of the Contracting Authority and we have no outstanding liabilities as at the day of submitting the bid worth EUR 50 or

22 more. As at the day of submitting the bid, we have obtained all accounts of tax deductions for the incomes arising from employment relationships for the period of the last five years.

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

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

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

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

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

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

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

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

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

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

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

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

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

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

23 Bidder: ………………………………………………………………

Address: ......

DECLARATION OF THE BIDDER REGARDING THE SPARE PARTS FOR PUBLIC TENDER JN-B0776

We herewith declare under criminal and material liability, that we going to within at least 7 years from the date of final acceptance of the equipment, bidden under the public tender JN-B0776:

 assure the necessary spare parts, foreseen from the manufacturer;  assure free of charge program support for servicing.

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

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

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

......

24 Bidder: ………………………………………………………………

Address: ......

DECLARATION OF THE BIDDER – ALL THE OFFERED EQUIPMENT IS FACTORY NEW FOR PUBLIC TENDER JN-B0776

We herewith declare, under criminal and material liability, that all the equipment, bidden under the Public Tender JN-B0776, is factory-new.

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

......

25 Bidder: ………………………………………………………………..

Address: ......

DECLARATION OF THE BIDDER REGARDING THE SOFTWARE AND HARDWARE UPGRADES FOR PUBLIC TENDER JN-B0776

We herewith declare, under criminal and material liability, that we will during the warranty period inform the Contracting Authority about the existence of new software or hardware upgrades. All bug fixing upgrades (software and/or hardware) will be for the Contracting Authority during the warranty period available free of charge. We will bear all the costs in case of necessary hardware upgrades for bug fixing.

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

......

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

Address: ......

STATEMENT OF THE MANUFACTURER FOR PUBLIC TENDER JN-B0776

We, ………………………………………. (The Manufacturer of the equipment) confirm, that we are acquainted with the contents of Public Tender JN-B0776 (Purchase of IP video coding and decoding equipment), to which ………………………………………..…… (The Bidder) is going to submit his bid, with the Pro-forma Invoice no.: ………

WE DECLARE, that …………….………… (the Bidder) has full access to the spare parts and replacement equipment for the bidden equipment, according to the requirements from the procurement documents no. JN-B0776.

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

......

27 Principal: ......

Address: ......

STATEMENT OF THE PRINCIPAL FOR PUBLIC TENDER JN-B0776

We, ……………………………………………… (The Principal of the equipment) confirm, that we are acquainted with the contents of Public Tender JN-B0776 (Purchase of IP video coding and decoding equipment), to which ………………………………..…… (The Bidder) is going to submit his bid, with the Pro-forma Invoice no.: ………

WE DECLARE, that …………………………………….…… (The Bidder) has full access to the spare parts and replacement equipment for the bidden equipment, through our firm, according to the requirements from the procurement documents no. JN-B0776.

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: Bidder's official representative or authorized person

......

28 SAMPLE CONTRACT

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

POGODBA ŠT./ CONTRACTNO. JN-B0776

Nakup IP video kodirne in dekodirne opreme

Purchase of IP video coding and decoding equipment

Sklenjena med: Concluded between:

Radiotelevizija Slovenija, Javni zavod Kolodvorska 2 1550 Ljubljana Slovenia

Identifikacijska štev. za DDV / ID V.A.T. No.: SI29865174 Matična štev. / Corporate registry No.:5056497 ki ga zastopa generalni direktor Igor Kadunc represented by General Manager Igor Kadunc

(v nadaljevanju teksta “NAROČNIK”) (hereinafter referred to as “CONTRACTING AUTHORITY”) in / and …………………………………… …………………………………… …………………………………… ……………………………………

Identifikacijskaštev.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”)

29 1. člen

Pogodbeni stranki ugotavljata, da je naročnik izvedel postopek oddaje javnega naročila na osnovi 47. člena Zakona o javnem naročanju – ZJN-3(Ur. list RS, št.: 91/2015) za nakup IP video kodirne in dekodirne opreme.

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 47 of the Public Procurement Act-ZJN-3 (Official Gazette of the Republic of Slovenia, No. 91/2015) for the purchase of IP video coding and decoding equipment.

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

2. člen

S to pogodbo se pogodbeni stranki dogovorita o splošnih in posebnih pogojih izvedbe javnega naročila. Sestavni del te pogodbe so pogoji, določeni z dokumentacijo v zvezi z oddajo javnega naročila štev. JN-B0776, 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 procurement documents no. JN-B0776, adopted and specified in the Bid documentation …… dated …shall constitute an integral part of this Contract.

3. člen

3.1 Končna vrednost nakupa znaša:

EUR …………………………. DDP Ljubljana, dostavljeno v skladišče naročnika, Čufarjeva ul. 6, Ljubljana (skladno z INCOTERMS 2010); brez DDV EUR …………………………. 22 % DDV EUR …………………………. Skupaj pogodbena vrednost z vključenim DDV

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

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

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

3.2

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

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

30 . 70 % - v roku 30 dni po kosovnem prevzemu opreme na lokaciji naročnika in prejemu ustreznega računa; . 30 % - v 30 dneh od dneva uspešno opravljenega končnega prevzema opreme in predložitvi zapisnika, podpisanega s strani naročnika;

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

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

Article 3

3.1.

The total contractual value for the purchase of the FM transmitters for transmitter site Pohorje amounts to:

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

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

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

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

3.2.

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

The Contracting Authority shall pay the amount specified in favour of the Bidder’s account No ……………………at the Bank ……………………; in accordance with the following payment terms:  70 % - within 30 days after the quantity acceptance of the equipment on the Contracting Authority’s location and receipt of the relevant invoice;  30 % - 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.

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

4. člen

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

Article 4

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

5. člen

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

Delne dobave niso dovoljene.

Ponudnik bo, skladno z zahtevami naročnika, potrjenimi v svoji ponudbi, izvedel izobraževalno usposabljanje. Le-to bo izvedeno pri naročniku opreme, pred končnim prevzemom opreme. Točen datum bosta naročnik in ponudnik naknadno uskladila.

Article 5

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

Partial deliveries are not allowed.

The Bidder shall perform the educational training according to the Contracting Authority’s requirements, confirmed in the Bid documentation. The training shall be performed in the premises of the Contracting Authority, before the final acceptance of the equipment. The exact date shall be agreed by both parties.

6. člen

6.1 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 (blaga).

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. Naslov servisa za ponujeno opremo je: …………..; Kontaktna oseba oz. oddelek ponudnika je...... , telefon:...... fax:...... e-mail:......

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

6.2 V času garancije mora ponudnik zagotoviti odzivni čas največ 3 delovne dni. Odzivni čas je čas, v katerem mora ponudnik pisno in/ali telefonsko stopiti v stik z naročnikom. Ponudnik pokvarjeno napravo prevzame na lokaciji naročnika v popravilo in jo vrne na naslov naročnika RTV Slovenija v Ljubljani. V kolikor ponudnik ni sposoben v zahtevanem roku za odpravo napake zagotoviti popravilo pokvarjene enote, mora za čas dokler se naprava ne popravi, dostaviti naročniku nadomestno opremo z enako funkcionalnostjo ter vsemi licencami. Nadomestna oprema mora biti pripravljena na takojšnje delovanje ob zamenjavi. Po popravilu naročnikove opreme se nadomestna oprema zamenja z naročnikovo. Ponudnik mora obvezno kriti stroške prevoza v obeh smereh, tudi za prevoz nadomestne opreme.

Rok za popravilo oziroma odpravo napake ali dostavo nadomestne opreme je največ 10 delovnih dni od prejete prijave po faxu ali e-mailu.

Ob vsakem popravilu opreme bo ponudnik izdal pisno poročilo o opravljenem delu in zamenjanih sestavnih delih oziroma funkcionalnih celotah. Naročnik ima pravico do popravila lastne naprave. V kolikor opreme naročnika ni mogoče popraviti, se mu dostavi oprema bodisi iz iste serije ali novejša z enakimi tehničnimi karakteristikami ter enako funkcionalnostjo (skupaj z enakimi licencami kot je bila v zamenjani opremi). Vrnjena oprema iz popravila mora biti brezhibna ob dostavi naročniku.

Za celotno opremo ponudnik zagotavlja v času garancije brezplačno programsko podporo za servisiranje, brezplačno servisiranje in brezplačne rezervne dele.

Podpora za servisiranje je pomoč pri odpravljanju napak. Le ta je lahko preko telefona, upravljanje na daljavo ali preko elektronske pošte.

6.3

32 Ponudnik zagotavlja, da bodo vse nadgradnje za odpravo programskih in/ali strojnih hroščev (angleško "bugfixing upgrade") v času garancijskega roka brezplačne za naročnika.

Article 6

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

The Bidder is obliged to give the Contracting Authority all the support within the guarantee period, in case he would not be able to eliminate the errors on the equipment. The service address for the bidden equipment is: ……….; Contact person or department of the Bidder is: ...... , telephone: ...... , fax: ...... , e-mail: ......

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

6.2 During the warranty period the bidder must respond in no later than 3 working days. The response time is the time in which the bidder must contact the customer by e-mail or by telephone. The bidder must commit the failure of device on the buyer location to repair it and return it to the address of RTV Slovenia in Ljubljana. If the bidder is not capable to eliminate the failure of device in the required deadline then he must for the time until the device is adjusted, deliver to buyer the replacement equipment with the same functionality and all licenses. Replacement equipment must be ready for immediate action when replacing. After the repair of buyer equipment the replacement equipment must be replaced. The bidder is obliged to cover the costs of transport in both directions, also for the transport of replacement equipment.

The deadline for the repair, elimination of fault or delivery of replacement equipment is maximum 10 working days from eceipt of error report by fax or e-mail.

The bidder must issue a written report on the work and replaced components or functional units at any equipment repair. The buyer has the right that his own equipment is repaired. If the buyer’s equipment cannot be repaired, then the customer must be supplied with the equipment either from the same series or later with the same technical characteristics and must have the same functionality (with the same license as it was in the replaced equipment). Upon delivery to the subscriber the returned equipment from repair must be flawless.

During the warranty period the bidder must provide free of charge service program support, servicing and spare parts for the entire equipment.

The service support is troubleshooting assistance via phone, remote control or via e-mail.

6.3 During the warranty period the Bidder ensures all the bug fixing upgrades (software and/or hardware) shall be free of charge for the Contracting Authority.

7. člen

Kosovni prevzem po prejemu opreme opravi naročnik, in sicer najkasneje v roku 5 delovnih dni po prejemu opreme v skladišču.

Naročnik bo montažo izvedel sam glede na navodila proizvajalca in glede na lastni terminski načrt.

Pred končnim prevzemom bo naročnik izvedel izobraževanje.

Končni prevzem bo izveden najkasneje v roku 14 dni po kosovnem prevzemu opreme. Točen datum se določi po dogovoru med ponudnikom in naročnikom.

33 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.

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

Po uspešnem zaključku končnega prevzema bo naročnikov pooblaščenec podpisal in izstavil zapisnik o končnem prevzemu.

Naročnik bo izvedel zagon opreme sam, s tehnično podporo proizvajalca, ki je lahko tudi preko telefona, preko daljinskega upravljanja ali preko e-maila.

Article 7

Quantity acceptance of the received equipment is to be made by Contracting Authority no later than 5 working days after the equipment has been delivered to the Contracting Authority premises.

The Contracting Authority will mount the equipment by himself according to the manufacturer's instructions and his own schedule.

Before the final acceptance the training will be carried out.

Final acceptance will be provided in no later than 14 days after the equipment receipt. The exact date will be determined by agreement between the bidder and the buyer.

Any irregularities detected in the final acceptance of the equipment must be eliminated by the bidder within 14 days, after that the buyer can redeem the warranty for good performance of contractual obligations.

It is considered that the final delivery is executed when all the possible irregularities were found and were eliminated, specified by customer in written form.

After the successful completion of final acceptance, the contracting authority shall sign and issue a record of final acceptance.

The buyer will start-up the equipment by itself with bidder or manufacturer technical assistance. That can be via phone, remote control or via e-mail too.

8. člen

Ponudnik mora 7 let po datumu končnega prevzema opreme zagotoviti dobavo rezervnih delov in brezplačno programsko podporo za servisiranje.

Za čas garancijske dobe bodo rezervni deli brezplačni za naročnika.

Article 8

The bidder must ensure the supply of spare parts and free of charge program support for servicing at least 7 years after the date of final acceptance of the equipment.

During warranty maintenance those spare parts must be provided free of charge.

9. člen

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

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

Article 9

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

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

10. člen

Če dobava ni realizirana oz. storitve niso opravljene v predvidenem roku po ponudnikovi krivdi, razen v primeru višje sile, je ponudnik dolžan plačati naročniku kazen v višini 1 odstotka vrednosti celotne dobave oz. storitve za vsak zaključen teden, vendar ne več kot 5 odstotkov celotne pogodbene vrednosti. Kazen začne teči naslednji delovni dan po določenem času dobave oz. izvedbe storitve. Če dobava oz. izvedba storitve zaostaja po ponudnikovi krivdi za več kot 4 tedne, ima naročnik pravico, razen če uveljavlja kazenski zahtevek, da določi nov dobavni rok oz. rok izvedbe ali prekine pogodbo.

Article 10

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

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

11. člen

Ponudnik je skladno z določili razpisne dokumentacije štev. JN-B0776 ponudil ločeno od osnovne ponudbe tudi vrednost opcijske ponudbe. Cena ponujene opcije je fiksna še eno leto po začetku veljavnosti pogodbe JN-B0776.

V primeru, da se bo naročnik odločil za nakup Opcije že ob odločitvi o oddaji javnega naročila, jo bosta pogodbeni stranki vključili v osnovno pogodbo. Če pa se bo naročnik odločil za nakup Opcije kasneje (v roku enega leta po veljavnosti osnovne pogodbe), bosta pogodbeni stranki sklenili Dodatek k pogodbi JN-B0776, za katerega bo osnova Opcijska ponudba, ki bo priloga k tej pogodbi. Dodatek mora biti podpisan in žigosan s strani obeh pooblaščenih pogodbenih predstavnikov.

Article 11

The Bidder offered according to the stipulations of the tender documentation no. JN-B0776, separately from the basic offer also the value of optional offer. The price for this option is fixed still one year from the beginning of the JN-B0776 Contract validity.

35 In case the Contracting Authority decides for the purchase of Option already at the decision on the award of the Contract, the contractual parties shall include it in the basic Contract. In case the Contracting Authority decides for the purchase of Option later (in the period of one year from the beginning of the basic contract validity), the contractual parties shall conclude an Annex to the Contract JN-B0776 in writing. The basis for this Annex shall be Optional offer that is enclosed to the Contract. The Annex must be signed and duly stamped by the authorized representatives of both Parties.

12. člen

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

Article 12

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

13. člen

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

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

Article 13

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

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.

14. člen

Pogodba je sklenjena z odložnim pogojem in stopi v veljavo: . z dnem obojestranskega podpisa s strani pooblaščenih podpisnikov naročnika in ponudnika ter veljavnim žigom obeh pogodbenih strank; . s predložitvijo garancije za dobro izvedbo pogodbenih obveznosti, izdano s strani banke ali zavarovalnice, brezpogojne, nepreklicne in plačljive na prvi poziv, v višini 10 % pogodbene vrednosti in z veljavnostjo še 6 mesecev po pogodbeno določenem datumu dobave opreme. Ponudnik je dolžan predložiti garancijo za dobro izvedbo pogodbenih obveznosti najkasneje 10 dni po podpisu pogodbe.

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

36 Article 14

The Contract is made under the suspense and enters into force:  on the day the authorized representatives of the Contracting Authority and Bidder affix their signatures and valid stamps of both parties;  by Bidder’s presentation of the Performance Guarantee, issued by Bank or Insurance Company, irrevocable, unconditional and payable at first call in the amount of 10 % of the contractual value and valid 6 months after confirmed delivery date of the complete equipment. The Bidder must present the Performance Guarantee at the latest 10 days after the signature of the Contract.

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

15. člen

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

Article 15

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

16. člen

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.

37 17. člen

Pogodbeni stranki izjavljata, da je to pogodbo možno odpovedati pred njeno izpolnitvijo v primeru, da nastopi ena od naslednjih spodaj navedenih okoliščin. Naročnik lahko odpove pogodbo pred njeno izpolnitvijo : . če je proti ponudniku uveden stečaj ali prisilna poravnava, . če so pretekli pogodbeno določeni roki, ponudnik pa ni izpolnil pogodbenih obveznosti, . če ponudnik ni odpravil ugovarjanih napak oz. odprava napak ni možna, Ponudnik lahko odpove pogodbo: . če naročnik ne plača pogodbene cene. Odpoved pogodbe se poda v pisni obliki. Pogodba preneha veljati z dnem potrjenega prejema pisne odpovedi s strani pooblaščene osebe pogodbene stranke, ki se ji odpoveduje pogodbeno razmerje. Če odpove pogodbo naročnik, lahko zahteva povrnitev škode, ki mu je nastala zaradi neizpolnitve pogodbe s strani ponudnika. Če odpove pogodbo ponudnik, lahko zahteva plačilo za že opravljene storitve do dneva odpovedi pogodbe. Odškodninski zahtevki pogodbeno zveste stranke s tem niso izključeni.

Article 17

The Contract parties declare this Contract could be terminated before its fulfilment only if one of the following circumstances occurred. The Contracting Authority is justified to terminate the Contract before its fulfilment if: . the compulsory settlement, bankruptcy or liquidation procedures are initiated against the Bidder, . the contractual delivery date is expired and the Bidder 's obligations are not fulfilled, . the Bidder does not eliminate the defects or the elimination of the defects is not possible, The Bidder is justified to terminate the Contract if: . the Contracting Authority does not pay the contractual price. The termination of the Contract shall be provided in writing. The Contract ceases to be valid on the day the authorized representative of the party, who has been denounced from the Contract, confirm the receipt of the written termination. If the Contract is terminated by the Contracting Authority, the Bidder is liable to reimburse the damage, caused due to his non-fulfilment of the Contract. If the Contract is terminated by the Bidder, he is justified to require the payment for contractual works already done till the date of the Contract termination. By this the indemnity claims of contractual loyal party are not excluded.

18. člen

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

Article 18

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

19. člen

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

Article 19

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

38 20. člen

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

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

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

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

Article 20

The Contract encompass the following parts, which represent the uniform whole:

 Basic Contract including commercial terms, Slovenian and English version  Enclosure 1 – Bid documentation …..No. …………  Enclosure 2– Performance Guarantee

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

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

PODPIS IN ŽIG POOBLAŠČENIH PREDSTAVNIKOV NAROČNIKA IN PONUDNIKA – POGODBA ŠT. JN-B0776 /THE SIGNATURE AND SEAL OF THE AUTHORIZED REPRESENTATIVES OF THE CONTRACTING AUTHORITY AND BIDDER – CONTRACT No. JN-B0776.

Ljubljana, …...... ………….., …….…......

NAROČNIK: / PONUDNIK: / CONTRACTING AUTHORITY: BIDDER:

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

Generalnega direktorja / General manager …………………………………..

Igor Kadunc …………………………………..

By Authority:

Vodja Komercialne službe / Head of Commercial Departement

Katarina Novak

Žig / Stamp: Žig / Stamp:

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

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

STATEMENT REGARDING THE PERFORMANCE GUARANTEE FOR PUBLIC TENDER JN-B0776

Should we, ...... (The Bidder) be awarded the Tender of RTV Slovenija, No. JN-B0776 – for the purchase of IP video coding and decoding equipment

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

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

……………………………… ………………………………

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

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

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

FOR PUBLIC TENDER JN-B0776

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

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

……………………………… ………………………………

41 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-B0776

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

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 YES – NO (mark as appropriate) If YES, state the holder of the dormant partnership!

Name and surname of the natural person (2): Place of residence Share of ownership Dormant partner YES – NO (mark as appropriate) If YES, state the holder of the dormant partnership! (continue the list as appropriate)

2. DATA ON THE PARTICIPATION OF LEGAL PERSONS IN THE BIDDER'S OWNERSHIP (INCLUDING DORMANT PARTNERS) Name of the legal person: Registered office of the legal person: Share of ownership: Company reg. no.: Legal person is also the holder YES – NO of the dormant partnership (mark as appropriate):

42 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:

43 Radiotelevizija Slovenija, Javni zavod, Commercial Department e-mail:[email protected]

Date: ......

EXPLANATION OF THE PROCUREMENT DOCUMENTS NO. JN-B0776

1. Questions: ......

2. Answers: ......

44