SPECIFICATION OF ESSENTIAL TERMS AND CONDITIONS OF THE PUBLIC PROCUREMENT (hereinafter referred to as the SETCPP )

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific ...
Author: Betty Summers
0 downloads 0 Views 439KB Size
SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014 PUBLIC PROCUREMENT OFFICE of the JAGIELLONIAN UNIVERSITY ul. Gołębia 6/2 , 31-007 Kraków tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php

Krakow, 14th January 2014 SPECIFICATION OF ESSENTIAL TERMS AND CONDITIONS OF THE PUBLIC PROCUREMENT (hereinafter referred to as the ‘SETCPP’) 1) Full name (company name) and address of the Purchaser. 1. Jagiellonian University in Krakow, ul. Gołębia 24, 31-007 Krakow. 2. Unit assigned to the Tender Procedure: 2.1 Public Procurement Office of the Jagiellonian University, ul. Gołębia 6/2, 31-007 Krakow; 2.1.1 tel. +4812-432-44-50; fax +4812-432-44-51 lub +4812-663-39-14; 2.1.2 e-mail: [email protected] 2.1.3 website: www.uj.edu.pl 2.1.4 site of announcements and information: http://przetargi.adm.uj.edu.pl/ogloszenia.php 2) Contract Award Procedure. 1. The procedure shall be carried out as an open tender, pursuant to the regulations under the Act of 29 January 2004 ‘Public Procurement Law’, hereinafter referred to as the ‘PPL’ (consolidated text: Polish Journal of Laws of 2013, item 907, as amended), and the estimated value of this procurement is higher than so-called ‘EU thresholds’. 2. The Public Procurement procedure is conducted by the evaluation committee appointed to perform the procedure for the award of Public Procurement. 3. Provisions of the aforementioned Public Procurement Law (PPL) and regulations related thereto, enacted on the basis of the PPL, shall apply to actions undertaken by both the Purchaser and the prospective Contractors in connection with the procedure aiming at awarding a Contract. With regard to issues not governed by that Law, the provisions of the Act of 23 April 1964, Civil Code (Polish Journal of Laws No. 16 item 93, as amended) shall apply. 3) Description of the Object of Public Procurement. 1. The Object of Public Procurement is the selection of a Contractor for the delivery and assembly of the antivibration platforms, underneath the apparatus, scientific and research devices, with the equipment and full on-site installation at the place of use, together with carrying out the measurements tests of vibration characteristics of the output (before installing the antivibration systems during normal operation of the building) and at full load after installing the above mentioned apparatus and scientific and research devices, for the laboratory facilities of the Department of Physics of Nanostructures and Nanotechnology, in the new building of the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University, located on the territory of the Campus of the 600th Anniversary of the Jagiellonian University Revival, ul. Łojasiewicza 11 in Krakow. 1.1. The Public Procurement includes in particular: 1.1.1 Active Platform for OMICRON VT-STM System – 1 set __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 1 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

1.1.2 Active Platform for 4-PROBE- Omicron RT-STM system – 1 set 1.1.3 Active Platform for OMICRON LT-STM System – 1 set 1.1.4 Active and passive stage for RAMAN System – 1 set 1.1.5 Active and passive stage for Ambient SPM Park and MULTIMODE – 2 sets 1.2 The Purchaser allows submitting Bids in English language version. At the same time, the Purchaser informs that the SETCPP is also available in English language version, however, in case of doubts in interpretation, or in case of discrepancies, the content of the SETCPP in polish language version prevails. 2. The Contractor shall assure the performance of the contract within deadline indicated in point 4) of SETCPP, i.e. up to 6 months, counting from the date of awarding of the contract, wherein, the implementation shall be implemented in three stages, wherein stage I and II, i.e. stage I including the receipt after the completion of the Public Procurement at the Contractor place by the representative of the Purchaser, and stage II, i.e. the stage of the delivery of the Object of the Public Procurement with the installation, within 3 months from the date of signing the Contract, and stage III, i.e. carrying out the measurement tests of the Object of the Public Procurement along with the scientific and research apparatus in the new building of the Faculty of Physics, Astronomy and Applied Computer Science of the JU, within 6 months from the date of signing the Contract. 3. The Contractor shall offer the Object of the Public Procurement that is compliant with the requirements specified in the SETCPP. The Contractor shall enclose to the Bid technical and/or operation manuals, or producer’s catalogue (indicating in particular: offered type, model, name of producer, catalogue number, product characteristic and other important information), allowing verification of the compliance of the equipment with the requirements specified in the SETCPP, along with the results of the preliminary measurements of the vibrations carried out by the Contractor in the existing facility of the Faculty of Physics, Astronomy and Applied Computer Science of the JU, located in Krakow, ul. Łojasiewicza 11. 4. The Contractor shall offer at least 24 months warranty on the whole Object of Public Procurement, counting from the date of the receipt, together with free of charge (included in the bid price) repair within the warranty period at the place of use, carried out by persons or entities with the producer’s relevant authorization. 5. The Contractor shall provide the Lump Sum of the Bid for the Object of the Contract on the basis of individual calculation, with respect to the provisions and requirements of the SETCPP. 6. In case the Contractor intends to employ subcontractors, the bid shall include a list with the scope of works assigned to those subcontractors (parts of the Object of the Contract). 7. The Contractor shall sign and fill out the Bid Form along with the Annexes or submit a Bid that responds with the Bid Form and the Annexes. The Contractor is entitled to sign and enclose a contract template to its bid, constituting an integral part of the SETCPP. 8. The Contractor shall enclose to the Bid all the documents and declarations as well as Annexes provided in the SETCPP. 9. The description of the Object of Public Procurement consistent with the wording of the Common Procurement Vocabulary (CPV) is CPV: 38000000 – 5 laboratory, optical and precision equipments (excl. glasses), 39181000 - 4 laboratory benching, 38540000 - 2 machines and apparatus for testing and measuring. __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 2 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

10. The detailed description of the Object of Public Procurement, containing components with the following minimum parameters and technical requirements as well as functional requirements with respect to the entire Object of the Public Procurement: Active Platform for OMICRON VTSTM System Active bandwidth: 0,6- 150 Hz Natural frequency Passive elastomere: lower than 18Hz Effective active resonant frequency: 0,5Hz or lower Transmissibility at the resonant frequency: lower than 1,1 Isolation above 2 Hz: better than 90% Settling time after 4,5kg step input (10:1 reduction): less than 0,3s Internal noise: lower than 0,1 nm RMS Digital controller with menu-driven LCD interface, min 6,5kHz sampling rate Max displacement: 12 micron Magnetic field emitted: max 0,02 micro gauss broadband RMS Operating temperature:10-32°C Stiffness better than: 70 x105 N/m Platform: Stainless steel top and sides Epoxy painted steel bottom Size: 300x220 cm Thickness: 105mm Non-metallic core Operation load range: 1000 – 2000 kg Mounting floor depression: 420x340x60 cm Active Platform for4-PROBE- Omicron RT-STM system Active bandwidth: 0,6- 150 Hz Natural frequency Passive elastomere: lower than 18Hz Effective active resonant frequency: 0,5Hz or lower Transmissibility at the resonant frequency: lower than 1,1

Platforma aktywna pod system Omicron VT STM Aktywne pasmo tłumienia 0,6 - 150 Hz Częstotliwość własna Elastomer pasywny: mniejsza niż 18 Hz Efektywna aktywna częstotliwość rezonansowa: 0,5 Hz lub mniejsza Transmisja przy częstotliwości rezonansowej mniejsza niż 1,1 Tłumienie powyżej 2 Hz: większa niż 90% Czas stabilizacji po 4,5kg zmianie obciążenia mniejszy niż 0,3s (redukcja 10:1) Szum wewnętrzny: mniejszy niż 0,1nm RMS Cyfrowy układ sterowania z wyświetlaczem LCD o częstotliwości próbkowania min 6,5kHz Maksymalne przemieszczenie: 12 mikrometr. Emisja pola magnetycznego: max 0,02 mikro Gausa - szerokopasmowy RMS Zakres temperatur pracy: 10-32°C Sztywność: większa niż 70 x105 N/m Platforma: Góra i boki – stal nierdzewna Dół – stal pomalowana farbą epoxydową Wielkość: 300x220 cm Grubość: 105mm Rdzeń niemagnetyczny Zakres obciążeń: 1000-2000 kg Wnęka montażowa 420x340x60cm

Platforma aktywna pod system 4-PROBEOmicron RT-STM Aktywne pasmo tłumienia 0,6 - 150 Hz Częstotliwość własna Elastomer pasywny: mniejsza niż 18 Hz Efektywna aktywna częstotliwość rezonansowa: 0,5 Hz lub mniejsza Transmisja przy częstotliwości rezonansowej mniejsza niż 1,1

__________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 3 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

Isolation above 2 Hz: better than 90% Settling time after 4,5kg step input (10:1 reduction): less than 0,3s Internal noise: lower than 0,1 nm RMS Max displacement: 12 micron Magnetic field emitted: max 0,02 micro gauss broadband RMS Operating temperature:10-32°C Stiffness better than: 70 x105 N/m Platform: Stainless steel top and sides Epoxy painted steel bottom Size: 300x240 cm Thickness: 105mm Non-metallic core Operation load range: 1500 – 2500 kg Mounting floor depression:420x360x60 cm

Tłumienie powyżej 2 Hz: większa niż 90% Czas stabilizacji po 4,5kg zmianie obciążenia mniejszy niż 0,3s (redukcja 10:1) Szum wewnętrzny: mniejszy niż 0,1nm RMS Maksymalne przemieszczenie: 12 mikrometr. Emisja pola magnetycznego: max 0,02 mikro Gausa- szerokopasmowy RMS Zakres temperatur pracy: 10-32°C Sztywność: większa niż 70 x105 N/m Platforma: Góra i boki – stal nierdzewna Dół – stal pomalowana farbą epoxydową Wielkość: 300x240 cm Grubość: 105mm Rdzeń niemagnetyczny Zakres obciążeń: 1500-2500 kg Wnęka montażowa 420x360x60cm

Active Platform for OMICRON LTSTM System Active bandwidth: 0,6- 150 Hz Natural frequency Passive elastomere: lower than 18Hz Effective active resonant frequency: 0,5Hz or lower Transmissibility at the resonant frequency: lower than 1,1 Isolation above 2 Hz: better than 90% Settling time after 4,5kg step input (10:1 reduction): less than 0,3s Internal noise: lower than 0,1 nm RMS Digital controller with menu-driven LCD interface, min. 6,5kHz sampling rate Max displacement: 12 micron Magnetic field emitted: max 0,02 micro gauss broadband RMS Operating temperature:10-32°C Stiffness better than: 70 x105 N/m

Platforma aktywna pod system OMICRON LT-STM Aktywne pasmo tłumienia 0,6 - 150 Hz Częstotliwość własna Elastomer pasywny: mniejsza niż 18 Hz Efektywna aktywna częstotliwość rezonansowa: 0,5 Hz lub mniejsza

Platform: Stainless steel top and sides Epoxy painted steel bottom Size: 250x200 cm

Platforma: Góra i boki – stal nierdzewna Dół – stal pomalowana farbą epoxydową Wielkość: 250x200 cm

Transmisja przy częstotliwości rezonansowej mniejsza niż 1,1 Tłumienie powyżej 2 Hz: większa niż 90% Czas stabilizacji po 4,5kg zmianie obciążenia mniejszy niż 0,3s (redukcja 10:1) Szum wewnętrzny: mniejszy niż 0,1nm RMS Cyfrowy układ sterowania z wyświetlaczem LCD o częstotliwości próbkowania min 6,5kHz Maksymalne przemieszczenie: 12 mikrometr. Emisja pola magnetycznego: max 0,02 mikro Gausa - szerokopasmowy RMS Zakres temperatur pracy: 10-32°C Sztywność: większa niż 70 x105 N/m

__________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 4 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

Thickness: 105mm Non-metallic core

Grubość: 105mm Rdzeń niemagnetyczny

Zakres obciążeń: 1000-2000 kg Operation load range: 1000-2000 kg Mounting floor depression:370x320x60 cm Wnęka montażowa 370x320x60cm ACTIVE and passive stage for RAMAN System

Aktywny i pasywny system pod układ ze spektrometrem RAMANA

6 degree of freedom active piezoelectric hard mount design with real time vibration sensing

Zintegrowany system oparty o aktywne elementy piezoelektryczne o 6 stopniach swobody z czujnikiem wibracji w czasie rzeczywistym Aktywne pasmo tłumienia 0,6 - 150 Hz Szum wewnętrzny: mniejszy niż 0,1nm RMS Emisja pola magnetycznego: max 0,02 mikro Gausa Czas stabilizacji: mniejszy niż 0,3s Zakres obciążeń: 100-600 kg (bez stołu optycznego) Tłumienie powyżej 3 Hz: większa niż 90% Zawiera opatentowany MAXDamp Technology izolator pneumatyczny o wysokiej tłumienności

Active bandwidth of 0.6-150Hz Internal noise < 0,1nm RMS Magnetic field emitted: < 0,02 µG Operation load range: 100-600 kg (without the optical table) Isolation above 3 Hz: better than 90% Incorporates patented MaxDamp Technology, a highly damped air isolator

Including integrated optical table: Size: 2500mm x 1500mm x300mm, Top to floor level – 77cm 5mm thick ferromagnetic stainless steel top plate Maximum core cell size of 3,5 cm² for highest stiffness Core shear modulus min 19.300 kg/cm². core density: 230 kg/m³ Min 1,9 mm thick steel sidewalls Surface flatness: max ± 0,13mm over the entire surface Mounting holes M6 threads on 25 x 25mm grid Stiffness( deflection under load114kg): less than 1,45µm Relative Motion: Max.: 0,11x10-6mm Dynamic Deflection Coefficient: Max.: 0,6x10

Stół optyczny dołączony do zestawu Wymiary: 2500mm x 1500mm x300mm Górna powierzchnia blatu na wysokości 77 cm względem podłogi Blat o minimalnej grubości 5mm wykonany z ferromagnetycznej stali nierdzewnej Maksymalny wymiar komórki zapewniający najwyższą sztywność 3,5 cm² Moduł ścinający rdzenia min 19.300 kg/cm². Gęstośc rdzenia stołu: min 230 kg/m³ Ściany boczne o gęstości o grubości min 1,9mm Gładkość powierzchni: max ± 0,13mm na całej powierzchni Nagwintowane otwory montażowe M6 na siatce 25x25mm Sztywność (ugięcie pod obciążeniem 114kg) mniejsze niż 1,45 mikrometr. Przemieszczenie względne: max 0,11x106 mm Dynamiczny współczynnik ugięcia max.:

__________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 5 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

ACTIVE and passive stage for Ambient SPM Park and MULTIMODE – 2pcs 6 degree of freedom active piezoelectric hard mount design with real time vibration sensing

Active bandwidth of 0.6-150Hz Internal noise < 0,1nm RMS Magnetic field emitted: < 0,02 µG Operation load range:0-160 kg (without the optical table top) Isolation above 3 Hz: better than 90% Incorporates patented MaxDamp Technology, a highly damped air isolator

Including integrated optical table: Size: 1000mm x 1000mm x200mm Top to floor level – 77cm

Min 5mm thick ferromagnetic stainless steel top plate Maximum core sell size of 3,5cm² for highest stiffness core density: 230 kg/m³ 1,9 mm thick steel sidewalls for highest stiffness. Surface flatness: ± 0,13mm over the entire surface Mounting holes M6 threads on 25 x 25mm grid Stiffness( deflection under load114kg): less than 1,45µm Relative Motion: Max.: 0,11x10-6mm Dynamic Deflection Coefficient: Max.: 0,6x10

0,6x10 Atywny i pasywny system pod mikroskopy PARK SPM i MULTIMODE – 2 szt

Zintegrowany system oparty o aktywne elementy piezoelektryczne o 6 stopniach swobody z czujnikiem wibracji w czasie rzeczywistym Aktywne pasmo tłumienia: 0,6 - 150 Hz Szum wewnętrzny: mniejszy niż 0,1nm RMS Emisja pola magnetycznego: max 0,02 mikro Gausa Czas stabilizacji: mniejszy niż 0,3s Zakres obciążeń: 0-160 kg (bez stołu optycznego) Tłumienie powyżej 3 Hz: większa niż 90% Zawiera opatentowany MAXDamp Technology izolator pneumatyczny o wysokiej tłumienności Stół optyczny dołączony do zestawu Wymiary: 100mm x 1000mm x200mm Górna powierzchnia blatu na wysokości 77 cm względem podłogi Blat o minimalnej grubości 5mm wykonany z ferromagnetycznej stali nierdzewnej Maksymalny wymiar komórki zapewniający najwyższą sztywność 3,5 cm² Gęstość rdzenia stołu: min 230 kg/m³ Ściany boczne o gęstości o grubości min 1,9mm Gładkość powierzchni: max ± 0,13mm na całej powierzchni Nagwintowane otwory montażowe M6 na siatce 25x25mm Sztywność (ugięcie pod obciążeniem 114kg) mniejsze niż 1,45 mikrometr. Przemieszczenie względne: max 0,11x106 mm Dynamiczny współczynnik ugięcia Max.: 0,6x10

__________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 6 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

Purchaser’s requirements and additional information: a) The Bid shall be explicit and comprehensive, i.e. the Bid shall cover the whole Object of Public Procurement. b) The Contractor is obliged to deliver, assemble, install and test the Object of the Public Procurement at the Purchaser’s premises, i.e. the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow, ul. Łojasiewicza 11. c) The Contractor shall perform the installation, commissioning and testing of the Object of the Public Procurement along with the training of the employees of the Purchaser at the Purchaser’s premises at the address indicated above. The mentioned activities shall be carried out by persons or entities with appropriate manufacturer's authorization, for example in the scope of providing the warranty service, maintenance, or technical support. d) The Contractor has to assure that the offered equipment is brand new. e) The Contractor who is interested in submitting a Bid shall carry out the preliminary measurements of the vibrations in the existing facility of the Faculty of Physics, Astronomy and Applied Computer Science of the JU, located in Krakow, ul. Łojasiewicza 11, within the time limit set for the site inspection, where the platforms shall be installed. The results of the preliminary measurements of the vibrations shall be enclosed to the Bid as a part of the description of the Object of the Public Procurement. f) Annex A to the SETCPP, which constitutes an integral part of the SETCPP, shows the maximum level of vibration that the Contractor shall achieve and demonstrate in the tests carried out after the installation, for the apparatus and devices, that will be mounted on the antivibration platforms, which are the Object of the Public Procurement. 11. The terms and conditions of the Public Procurement have also been contained in a contract template that constitutes an integral part of the SETCPP. 12. The original of the SETCPP, signed by duly authorized representatives of the Purchaser for and on its behalf, constitutes the basis for resolving probable disputes relating to or resulting from the content of this document. The original of the SETCPP shall also be available in paper form at the Purchaser’s, as well as on the Purchaser’s website: www.uj.edu.pl, http://przetargi.adm.uj.edu.pl/ogloszenia.php. An electronic copy of the original of the SETCPP may be delivered to Contractors free of charge either via e-mail or on CD. It is also possible that, upon the request of Contractors, the Purchaser makes a paper copy of the original of the SETCPP and sends it over to them, which is payable. The Contractor shall pay only the dispatch costs, as the paper copy of the SETCPP is free of charge. 4) Lead time of the Public Procurement and Contract. 1. The Contractor shall assure the performance of the contract within deadline up to 6 months, counting from the date of awarding of the contract, wherein, the implementation shall be implemented in three stages, wherein stage I and II, i.e. stage I including the receipt after the completion of the Public Procurement at the Contractor place by the representative of the Purchaser, and stage II, i.e. the stage of the delivery of the Object of the Public Procurement with the installation, within 3 months from the date of signing the Contract, and stage III, i.e. carrying out the measurements tests of the Object of the Public Procurement along with the scientific and research apparatus in the new building of the Faculty of Physics, Astronomy and __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 7 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

Applied Computer Science of the JU, within 6 months from the date of signing the Contract. 2. The Purchaser may allow early completion of the Object of the Public Procurement prior consent of the Purchaser. 3. The Purchaser invites all interested Contractors to perform the site inspection of the place where the antivibration platforms, that are covered by the Public Procurement Procedure, shall be installed. The site inspection will take place between 23rd and 30th January 2014, between 9:00 am and 3:00 pm., after arranging an appointment with a particular Contractor via email or phone. The meeting in front of the new building of the Faculty of Physics, Astronomy and Applied Computer Science of the JU, ul. Łojasiewicza 11 in Krakow, in order to carry out the preliminary measurements of the vibrations by interested Contractors in the existing facility. The results of the preliminary measurements of the vibrations shall be enclosed to the Bid, as a part of the description of the Object of the Public Procurement. 5) Terms and conditions of participation in the Tender Procedure and a description of the method of assessment of compliance therewith. 1. The Contractor shall have legal powers to perform specified business or activity leading to the completion of the Public Procurement, if required by the law. The assessment of compliance with the condition shall be performed by the 0 – 1 method, does / does not fulfill the condition, on the basis of a declaration enclosed to the bid, the draft of which has been attached as Annex No. 1 to bid form which constitutes an integral part of the SETCPP. 2. The Contractor shall possess relevant expertise and experience within the scope of the Public Procurement which the Contractor shall demonstrate in a form of the list of main deliveries and declaration enclosed to the Bid, confirmed by credentials, references or relevant documents of previous recipients, or the Contractor’s statement in case the Contractor is unable to obtain the credentials due to objective reason, that in the past three years, or if the activity period is shorter in this period, counting backwards from the date of the Bid submission deadline. The main deliveries shall be interpreted as follows: 2.1 completion of at least two orders involving the supply and assembly of antivibration platforms underneath vibration-sensitive devices, with the equipment, having at least the following minimum technical and functional parameters: a) Active bandwidth: 0,6 – 150 Hz, b) Natural resonant frequency: 0,5 Hz or lower, c) Transmissibility at the resonant frequency: lower than 1,1, d) Isolation above 2 Hz: better than 90%, e) Size of platforms: min 230x200 cm, f) Operation load range: min 1000 kg and 2.2 completion of at least one order involving the supply of active and passive system underneath vibration-sensitive devices, having at least the following minimum technical and functional parameters: a) 6 degree of freedom active piezoelectric hard mount design with real time vibration sensing, b) Active bandwidth: 0,6 - 150 Hz, c) Internal noise: lower than 0,1 nm RMS, d) Magnetic field emitted: max 0,02 micro gauss, e) Operation load range: 100-600 kg (without the optical table), f) Isolation above 3 Hz: better than 90%, g) Optical table with minimum size of 2500mm x 1500mm x 300mm and stiffness (deflection under load 114kg) less than 1,45µm. The Contractor shall prove and demonstrate that the above mentioned deliveries were duly performed, and shall enclose a document confirming that. In the list the Contractor shall specify the value, the object of the supply (scope, type) date (dates) of performing the supply and the recipient (recipients). __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 8 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

The assessment of compliance with the condition shall be performed by the 0 – 1 method, does / does not fulfill the condition, on the basis of a list of supplies, documents and declaration enclosed to the bid, the draft of which has been attached as Annex No. 1 and 2 to bid form which constitutes an integral part of the SETCPP. The Contractor may rely on the expertise and experience of other entities, regardless of the legal nature of their relations. In such situation the Contractor is obliged to prove to the Purchaser that the Contractor will possess the necessary resources to perform the Public Procurement with respect to the expertise and experience. To prove this, the Contractor shall present a written commitment of those entities allowing to place the necessary resources for the Contractor’s use for the period of using them in the performance of the Public Procurement. 3. The Contractor shall have relevant technical capacity leading to the completion of the Public Procurement. The assessment of compliance with the condition shall be performed by the 0 – 1 method, does / does not fulfill the condition, on the basis of a declaration enclosed to the bid, the draft of which has been attached as Annex No. 1 to bid form which constitutes an integral part of the SETCPP. 4. The Contractor shall have persons capable of performing the Public Procurement. The assessment of compliance with the condition shall be performed by the 0 – 1 method, does / does not fulfill the condition, on the basis of a declaration enclosed to the bid, the draft of which has been attached as Annex No. 1 to bid form which constitutes an integral part of the SETCPP. 5. The Contractor shall have economic and financial capacity to complete the Public Procurement. The assessment of compliance with the condition shall be performed by the 0 – 1 method, does / does not fulfill the condition, on the basis of a declaration enclosed to the bid, the draft of which has been attached as Annex No. 1 to bid form which constitutes an integral part of the SETCPP. 6) Documents and declarations required from Contractors as evidence that they have satisfied the participation requirements for the procurement procedure and that they are in none of the situations of exclusion. 1. In order to confirm the compliance with the conditions referred to in Article 22, paragraph 1 of the PPL, the Contractor shall submit the following documents: 1.1 A declaration that the requirements regarding the participation in the procedure referred to in Article 22 paragraph 1 point 1-4 of the Public Procurement Law have been met, 1.2 A list of main supplies performed by the Contractor, along with the declaration and documents confirming that they were duly performed, in a form of relevant certification, including credentials, or other relevant documents of the previous recipients. 1.3 The Contractor relying on the expertise and experience, technical capacity, persons capable of performing the Public Procurement or financial capacity of other entities, regardless of the legal nature of their relations, is obliged to prove to the Purchaser that the Contractor will possess the necessary resources to perform the Public Procurement by presenting in particular a written commitment of those entities allowing to place the necessary resources for the period of using them in the performance of the Public Procurement. 1.3.1 The Contractor relying on the resources of other entities, to which the Contractor intends to delegate the performance of a part of this Procurement as its subcontractors, __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 9 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

in the scope of their: expertise and experience, technical capacity, persons capable of performing the Public Procurement or financial capacity in order to demonstrate the fulfilment of the terms and conditions of participation in the Procedure, is obliged to provide the names (companies) of the subcontractors. The Purchaser makes a reservation that a change or resignation by the Contractor of the entity being a subcontractor on which resources the Contractor was relying in the Public Procedure in order to demonstrate the fulfilment of the terms and conditions of participation in the Procedure, the Contractor is obliged to demonstrate that another proposed subcontractor or the Contractor himself fulfil them to the extend not lower than the former entity (subcontractor). 2. In order to attest that there is no legal basis to exclude the Contractor from the procurement procedure under circumstances referred to in Article 24 paragraph 1 of the PPL, the Contractor shall submit: 2.1 a declaration that there is no legal basis for exclusion from the procedure, 2.2 a valid (issued no earlier than 6 months before the deadline for submitting bids) extract from the relevant register, if such entry is required by other regulations, in order to confirm that there is no legal basis for exclusion from the procedure pursuant to Article 24 paragraph 1 point 2 of the PPL; in case the bid is submitted by several entities acting jointly, this requirement shall apply to each one of them. 2.3 a valid (issued no earlier than 3 months before the deadline for submitting bids) extract from the relevant tax office authority confirming that the Contractor has no outstanding tax payments, that an exemption, deferment or the right to pay outstanding payments in installments, as provided for by the law, has been granted, or that the execution of a competent authority’s decision has been suspended. In case the bid is submitted by several individuals or entities acting jointly, this requirement shall apply to each one of them. 2.4 a valid (issued no earlier than 3 months before the deadline for submitting bids) extract from the relevant ZUS [Social Insurance Institution] or KRUS [Agricultural Social Insurance Fund] office certifying that the Contractor has no outstanding social and healthcare insurance payments, that an exemption, deferment or the right to pay outstanding payments in installments, as provided for by the law, has been granted, or that the execution of a competent authority’s decision has been suspended. In case the bid is submitted by several individuals or entities acting jointly, this requirement shall apply to each one of them, 2.5 a valid extract from the National Criminal Register (issued no earlier than 6 months before the deadline for submitting bids) for each individual acting as Contractor and for all incumbent board members of legal entities concerned, in accordance with the provisions specified in Article 24, paragraph 1 (4–8), point 10-11 of the PPL Act. In case the bid is submitted by several individuals or entities acting jointly, this requirement shall apply to each one of them, 2.6 a valid extract from the National Criminal Register (issued no earlier than 6 months before the deadline for submitting bids) for each collective entity concerned, in accordance with the provisions specified in Article 24, paragraph 1 (9) of the PPL Act. In case the bid is submitted by several entities acting jointly, this requirement shall apply to each one of them. 3. Other documents: 3.1 A list of the entities belonging to the same capital group, as specified in the Act of 16th February 2007 of the Protection of Competition and Consumers or a confirmation that the Contractor does not belong to any capital group (declaration on __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 10 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

capital connections). 4. If the Contractor’s registered office is established in the Republic of Poland, then, if the persons referred to in Article 24, paragraph 1 (5–8), (10 and 11) of the PPL Act are established outside the borders of the Republic of Poland, the Contractor shall, in accordance with relevant provisions, submit on their behalf a disclosure certificate in the scope specified in Article 24, paragraph 1 (5–8), (10 and 11) of the Act issued no earlier than 6 months before the deadline for submitting applications for admission to participation in the procedure or a deadline for submitting bids by the competent judicial or administrative authority in their country of residence. Where the certificate is not issued in the country concerned, it must be replaced by a statement made before a notary, a relevant judicial or administrative authority, or a professional or commercial body in the country of residence of the persons concerned. 5. If the Contractor’s place of residence or registered office is established outside the borders of the Republic of Poland, instead of the documents enumerated in paragraphs 6)2 point 2.2, 2.3, 2.4 and 2.5 hereof, the Contractor shall provide a document or documents issued in its country of residence or the country in which its registered office is established, confirming that: 5.1 it is not in the process of liquidation or bankruptcy (issued no earlier than 6 months before the deadline for submitting bids); 5.2 it has no outstanding charges, tax, social and healthcare insurance payments, that an exemption, deferment or the right to pay outstanding payments in installments, as provided for by the law, has been granted, or that the execution of a competent authority’s decision has been suspended (issued no earlier than 3 months before the deadline for submitting bids); 5.3 it was not excluded from the procurement procedure (issued no earlier than 6 months before the deadline for submitting bids); 5.4 for the document required under paragraph 6)2 point 2.6 hereof, it shall submit a certificate issued by a competent judicial or administrative body confirming the place of residence of the person concerned, in accordance with the provisions specified in Article 24, paragraph 1 (4–8), (10-11) of the PPL Act (issued no earlier than 6 months before the deadline for submitting bids). In case the bid is proposed by several individuals or entities acting jointly, a complete set of documents listed above shall be submitted by each one of them. 6. If the documents specified in subparagraphs 6)5 point 5.1-5.4 hereof are not issued in the country in which the Contractor resides, or in which its registered office is established, the Contractor shall replace them with a statement which also specifies names of the persons entitled to represent the Contractor, made before a relevant judicial or administrative authority, or a professional or commercial body in the country in which the Contractor resides or in which its registered office is established, or before a notary. 7. The documents referred to in paragraphs 6)5. and 6)6. hereof shall be submitted as originals or copies translated into Polish language and certified as confirming to the original by the Contractor. 8. If instead of the documents indicated in the SETCPP, the Contractor submits their copies, the copies shall be certified as confirming to the original by the Contractor. In case of several Contractors jointly applying for the award of the Contract and in case of entities granting access to their resources to the Contractor, the copies of documents referring respectively to the Contractors or such entities shall be certified as conforming to the originals by the Contractor or such entities. The Purchaser may __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 11 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

request presentation of originals or notarized copies of documents (e.g. should the presented photocopies be illegible or raise doubts concerning their authenticity). 9. In case of several Contractors jointly applying for the award of the Contract and in case of entities granting access to their resources to the Contractor, on the resources which the Contractor relies on the basis of the provisions specified in Article 26 paragraph 2 (b) of the Act, the copies of documents referring respectively to the Contractor or such entities shall be certified as conforming to the originals by the Contractor or such entities. 7) Information on how the Contractors shall communicate with the Purchaser, submit letters of declaration and documents; Contact Persons authorized to contact the Contractors. 1. It is allowed to communicate by exchanging registered letters, facsimiles, or e-mails except for the bid which shall be submitted in the form of written originals, together with accompanying documents and letters of declaration, before the deadline referred to in Article 11) of the SETCPP. 2. Address and Contact Person – Wojciech Kochan, ul. Gołębia 6/2, 31-007 Kraków; 2.1 tel. +4812-432-44-50; fax +4812-432-44-51 lub +4812-663-39-14; 2.2 e-mail: [email protected] 3. Should the Purchaser or Contractor send any documents or information by facsimile or electronic mail, then each Party shall promptly acknowledge the receipt thereof upon request of the other Party. 4. A person duly authorized to contact the Contractors is: 4.1 As per formal and substantive scope – Wojciech Kochan, tel. number: 0-601-430-990; 4.2 tel. +4812-432-44-50; fax +4812-432-44-51 or +4812-663-39-14; 4.3 e-mail: [email protected] 4.4 website: www.uj.edu.pl 4.5 place of publication of announcements and information: http://przetargi.adm.uj.edu.pl/ogloszenia.php 5. Each Contractor may directly ask the Purchaser to clarify the content of the SETCPP, and the Purchaser shall provide an explanation immediately, on condition that such a request is submitted with the Purchaser no later than until the end of the date on which half of the deadline for submitting bids elapses, however not later than 6 days before the deadline for submitting bids if the procurement value is equal or higher than the amounts specified in provisions issued on the basis of Article 11 paragraph 8 6. Should a request for explanation of the content of the SETCPP be received after the deadline referred to in paragraph 7) 5 hereof or should it regard explanations that had already been provided, the Purchaser may provide explanations or leave the request without consideration. A possible extension of the deadline for submitting bids shall not affect the running of the request submission period. 7. At the same time, the Purchaser is obliged to send the content of explanations and / or questions and answers to all the Contractors who received the SETCPP and place them on the website where the SETCPP was provided, however without disclosing the source of the inquiry. 8. The Purchaser may call a meeting of all the Contractors in order to clarify doubts related to the content of the SETCPP. In this event, the Purchaser shall draw up an information sheet comprising all inquiries about the specification raised during the meeting and the relevant answers thereto, without disclosing the sources thereof. The information sheet drawn up during the meeting shall be promptly sent to Contractors __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 12 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

who received the SETCPP and shall be placed on the website where the SETCPP was provided. 9. In justified cases, the Purchaser may modify the content of the SETCPP anytime prior to the deadline for submitting bids. Any modification to the SETCPP shall be promptly distributed among the Contractors who received the SETCPP, and if the SETCPP was made available on the website, should be placed there as well. 10. Should any change incorporated in the content of SETCPP while conducting this open tender procedure cause the content of the public procurement notice to change, the Purchaser shall provide the Office for Official Publications of the European Communities with an electronic announcement containing additional information, information of incomplete Tender Procedure, or corrections, in accordance with the form and procedures specified on the website named in the respective Directive, in case the Public Procurement value equals or exceeds the amounts specified in provisions issued on the basis of Article 11 paragraph 8, so-called ‘EU thresholds’. 11. Should, as a consequence of an amendment to the specification of essential terms and conditions of the Public Procurement that does not lead to an amendment of content of the public procurement notice a need of an additional period of time for an introduction of alterations in bids arise, the Purchaser shall extend the deadline for submitting bids, notify the Contractors who have already received the SETCPP, and if the SETCPP was made available on the website, publish this information on the same as well. 12. The Purchaser shall promptly notify all the Contractors who have already received the SETCPP about the extension of the deadline for submitting bids, and publish this information on the website where the SETCPP was provided. 13. In case of an alteration to the content of the public procurement notice, published in the Official Journal of the European Union, the Purchaser shall extend the deadline for submitting applications for admission to participation in the procedure or a deadline for submitting bids by the period which is necessary to introduce alterations in applications or bids, should it prove necessary. However, should such an alteration be essential, particularly where it concerns a description of the Object, size or scope of the Public Procurement, bid evaluation criteria, terms and conditions of participation in the procedure or a method of compliance assessment, the Purchaser shall extend the deadline for submitting applications for admission to participation in the procedure or the deadline for submitting bids by the period necessary to introduce alterations in applications or bids – however in the proceedings with a value equal to or exceeding the amounts specified in provisions issued on the basis of Art. 11 paragraph 8, socalled ‘EU thresholds’, the deadline for submitting bids shall not be shorter than 22 days of the date on which an amendment to the notice is handed down to the Publications Office of the European Union – in the open tender procedure; 14. Immediately upon handing down an amendment to the content to the Publications Office of the European Union, the Purchaser shall publish the information about amendments at its registered office as well as on its official website. 8) Requirements Regarding a Bid Bond. 1. Not later than on the date of submitting bids, before the deadline for submitting bids, the Contractor shall lodge a bid bond in the amount of: 10 000,00 (PLN), (say: ten thousand PLN) 2. The bid bond may be lodged in one or several of the following forms: 2.1 cash; __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 13 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

2.2 bank or savings and loan cooperative societies [spółdzielcza kasa oszczędnościowokredytowa] sureties; the latter always regarded as cash surety; 2.3 bank guarantees; 2.4 insurance guarantees; 2.5 sureties granted by entities specified in Article 6b paragraph 5 (2) of the Act of 9 November 2000 on the establishment of the Polish Agency for Enterprise Development (Polish Journal of Laws No. 42, item 275 from 2007, as amended). 3. The bid bond in cash shall be lodged by means of a bank transfer to a following bank account of the Purchaser: for polish zloty IBAN: PL nr 98 1240 2294 1111 0010 3561 9764, SWIFT: PKO PP LPW. 4. The Purchaser shall return the bid bonds to all Contractors, with the exception of the bid bond of the successful Contractor, immediately upon the selection of the best Bid or the invalidation of procurement procedure. The bid bond shall be returned to the successful Contractor immediately after the procurement Contract is signed, and upon payment of the security deposit for the performance of the Contract, if such a deposit was requested. 5. The Purchaser shall immediately return the bid bond upon request of the Contractor who withdraws the bid before the deadline for submitting bids. 6. The Purchaser shall request the Contractor to whom the bid bond has been returned to pay the bid bond again if, following the examination of its appeal, its bid is selected as the best Bid; the contractor shall pay the bid bond within the time limit defined by the Purchaser. 7. If the bid bond is lodged in cash, it shall be returned along with the interest resulting from the bank account agreement, where it was kept, reduced by the cost of keeping the bank account and a commission charged by the bank for the money transfer to the bank account indicated by the Contractor. 8. The Purchaser shall keep the bid bond amount along with the accrued interest, if: 8.1 the Contractor whose bid is chosen refuses to sign a Contract on performance of the Public Procurement on conditions specified in the Bid; 8.2 the Contractor whose bid is chosen fails to lodge a required surety of the proper performance of the Contract; 8.3 the execution of the Contract on performance of the Public Procurement becomes impossible due to reasons attributable to the Contractor; 8.4 the Contractor, in response to a call referred to in Article 26 paragraph 3 of the PPL Act, fails to submit the documents or declarations, referred to in Article 25 paragraph 1 of the PPL Act, or powers of attorney, unless the Contractor proves that the above situation results from reasons not attributable to the Contractor. 9. If the bid bond is lodged in cash, a copy of the bank transfer, certified as conforming to the original by the Contractor, shall be enclosed to the Bid, and if the bid bond is lodged in other form than pecuniary, the original proof that it was lodged must be filed along with a Bid in such a way that in case the Contractor should demand that it be returned, an original may be filed in a separate envelope. In such a case a photocopy of the proof, certified as conforming to the original, shall be attached to the bid. 9) Bid Validity Period. 1. The bids shall remain valid for a period of 60 days. 2. The Contractor may, individually or on request of the Purchaser, extend the bid validity period, however the Purchaser may only once and no later than 3 days prior to the expiry of the bid validity period, ask the Contractors for consent to an extension of this period by a definite period, which shall not exceed 60 days. __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 14 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

3. An extension of the deadline of the Bid Validity Period shall be permitted only with the simultaneous extension of the Bid Bond validity period, or if that is not possible, with lodging a new bid bond for the extended Bid Validity Period. If the extension of the Bid Validity Period is made after the selection of the best Bid, the only one who shall be obliged to lodge a new bid bond or to extend a bid bond is the Contractor whose Bid was chosen as the best Bid. 4. The bid validity period commences upon the deadline for submitting bids and opening the bids. 10) Preparation of bids. 1. Each Contractor is entitled to submit only one bid that shall cover the whole Object of Public Procurement and shall calculate the total lump sum for the whole Object of the Public Procurement. 2. The Contractor shall be obliged to lodge a bid bond, and submit the proof along with the Bid. 3. The Contractor shall enclose to the Bid the calculation of the lump sum price calculated on the basis of Contractor’s individual calculation, taking into account the requirements and provisions of the SETCPP, including the experience of the Contractor with regard to the whole Public Procurement. 4. The Contractor shall enclose to the Bid the technical and/or functional description or the manufacturer’s catalogue (indicating in particular the offered type, model, manufacturer, catalogue number, product characteristic, setup, and other relevant features), allowing the evaluation of the compatibility of the offered equipment and its parameters with the requirements of the SETCPP, along with the results of the preliminary measurements of the vibrations carried out by the Contractor in the existing facility of the Faculty of Physics, Astronomy and Applied Computer Science of the JU, located in Krakow, ul. Łojasiewicza 11. 5. The Contractor shall enclose a filled out and signed bid form together with Annexes 16, including declarations and indices confirming compliance with the conditions of tender procedure described in paragraph 5) herein, and not specified in paragraph 6) herein (filled out or drawn up in accordance with their content; a contract template may also be signed and enclosed in the Bid). 6. Should the Bid be signed by a proxy, the Contractor shall enclose the power of attorney to the Bid, in form of an original, notarised copy or copy certified as conforming to the original by authorised persons, also in case the bid is placed by entities acting jointly, i.e. consortium partners. 7. In case of documents (if required) confirming the experience in the in execution of the works, services or supplies, their list and the information from the bank or from the loan cooperative societies [spółdzielcza kasa oszczędnościowo-kredytowa], in which the Contractor has an account, confirming the amount of financial resources or the credit rating of the Contractor, or insurance policy, issued in foreign currencies (not in PLN) the value (values) indicated on them shall be converted for the purpose of assessing the eligibility for participation in the Public Procurement at the average exchange rate of PLN for this currency, specified by the Polish National Bank at the day of opening the Bids. 8. The Contractor may rely on the expertise and experience of other entities, technical capacity, persons capable of performing the Public Procurement or financial capacity of other entities, regardless of the legal nature of their relations. In such situation the Contractor is obliged to prove to the Purchaser that the Contractor will possess the necessary resources to perform the Public Procurement by presenting in particular a __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 15 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

written commitment of those entities allowing to place the necessary resources for the Contractor’s use for the period of using them in the performance of the Public Procurement. 9. The Purchaser allows submitting one Bid by two or more entities, with accordance to the provisions specified in Article 23 of Public Procurement Law Act from 29th January 2004 - Public Procurement Law (consolidated text: Polish Journal of Laws of 2013 No. 907, as amended), only if provided that such Bid will meet the following requirements: 9.1 The Contractors acting jointly shall appoint an attorney who will represent them in the Public Procurement Procedure or who will represent them in the Public Procurement Procedure and in the conclusion of the Public Procurement Contract. The authorization of the attorney shall be confirmed by the power of attorney, signed by all authorized representatives of all Contractors acting jointly. The power of attorney may arise from the relevant agreement (contract) enclosed to the Bid. 9.2 The Contractors jointly seeking the Contract award shall fulfill the Public Procurement participation requirements and submit the documents confirming the fulfillment of these requirements. 9.3 All correspondence with the Contractors jointly seeking the Contract award shall be carried out only with the attorney. 10. The Bid and the Annexes constituting its integral part shall be prepared by the Contractor with accordance to the provisions specified in the SETCPP. 11. The Bid shall be prepared with accordance to the content of the Bid Form and the Annexes attached to the SETCPP. 12. The Contractor shall attach a set of documents and statements to its Bid, as well as all other information as required by the provisions under the present SETCPP. 13. The Bid shall be written in Polish or in English language, typed on a computer, typewritten or written by hand in a legible manner. 14. It is recommended that each sheet of the Bid and Annexes thereto be signed by a person or persons duly authorized by the Contractor to make declarations of will for and on its behalf. In addition to a signature (signatures), a company stamp and name stamp of the Contractor or a legible signature shall also be placed at least on the Bid Form and Annexes (Letters of Declaration) thereto, as well as on copies of documents certified as conforming to the originals. The following persons are deemed to be legally authorized to make declarations of will for and on behalf of the Contractors: 14.1persons entered in the commercial registers, registers of cooperatives or registers of state-owned enterprises, foundations, associations, and others; 14.2persons entered to the records of Central Register of Businesses (CEIDG), managed by the respective Minister of Economy. 14.3persons duly appointed by force of a power of attorney granted by the aforementioned persons; should a Bid be signed by a representative of the Contractor, the power of attorney shall be attached to the Bid; 14.4in case the Bid is submitted by a consortium, i.e. by Contractors jointly seeking the Contract award, the Contractors shall be obliged to submit an applicable power(s) of attorney, granted to them by all other partners or members of the consortium, or a relevant contract; 14.5in case the Contractors’ place of residence is established outside the borders of the Republic of Poland, the persons who are deemed to be legally authorized to make declarations of will for and on behalf of the Contractors are persons indicated in the documents issued in the place where the Contractor has its place of residence. __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 16 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

15. It is recommended that all sheets of the Bid and the Annexes thereto be explicitly numbered (in a consecutive numbering) and bound together so as to prevent single sheets from slipping out. The Contractor shall also draw up a Table of Contents and attach it to the Bid. 16. Any corrections or amendments to the text of the Bid shall be signed by a person or persons, who signs the Bid, and provided with dates on which they were made. 17. The Contractor shall bear all costs related to the preparation and submission of the Bid. 11) Address and Deadline for Submitting Bids; Bid Opening. 1. The bids shall be submitted to the Public Procurement Office of the Jagiellonian University in Krakow, ul. Gołębia 6/2, 31-007 Krakow, IIp., until 10:00 am on 27th February 2014. 2. Any bid received after the deadline for submitting bids shall be returned unopened to the Contractor once the deadline for appeal in the procurement higher than so-called ‘EU thresholds’expires. 3. The Contractor shall place its Bid in an envelope addressed to the Purchaser at the address specified in paragraph 11)1 hereof. The envelope shall bear the following note: „Bid for the delivery and assembly of antivibration platforms for the Faculty of Physics, Astronomy and Applied Computer Science of the JU in Krakow, case no. CRZP/UJ/10/2014 - please do not open before 10:05 am on 27th February 2014”. The Contractor’s address stamp shall also be placed on the envelope. 4. The Contractor may modify or withdraw its Bid after it has already been submitted, provided that a written notification of the modification or withdrawal is received by the Purchaser prior to the deadline for submitting bids. 5. The Contractor shall not modify or withdraw its Bid after the deadline for submitting bids. 6. The Purchaser shall publicly open the bids at 10:05 am on 27th February 2014, at the Public Procurement Office of the Jagiellonian University in Krakow, ul. Gołębia 6/2, 31-007 Krakow, II p. 7. Directly before the opening of bids, the Purchaser shall make known the amount planned to finance the Object of the Public Procurement. 8. During the opening of the bids, the Purchaser will announce the names (companies) and addresses of Contractors, as well as bid price, period of completion of the Contract, warranty period, and terms and conditions of payment, contained in particular bids. 9. The Purchaser shall promptly pass the information referred to in paragraphs 11)7. and 8. hereof to those Contractors, who were absent during the opening of the bids, upon their request. 10. Whilst examining and evaluating the bids, the Purchaser shall be entitled to require that the Contractors provide explanations to the contents of their submitted bids. 11. The Purchaser shall correct in the content of bids any obvious misprints and computational errors together with the computational consequences of the corrections made, as well as other errors consisting in non-compliance of the Bid with the provisions of the SETCPP. Any amendments made by the Purchaser shall not cause any significant changes to the content of the bids. The Purchaser shall promptly notify the Contractor whose Bid was corrected. 12. The Purchaser shall exclude a Contractor should any of the circumstances as set forth in Article 24 paragraph 1 and 2 of the PPL Act occur. __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 17 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

13. The Purchaser shall reject any bid should of any of the circumstances provided in Article 89, paragraph 1 (1–8) of the PPL Act occur. 14. The Purchaser shall cancel the Contract Award Procedure should any circumstance set forth in Article 93 paragraph 1 (1–7) of the PPL Act occur. 15. The Purchaser shall simultaneously notify all the Contractors of the exclusion of any Contractor, rejection of particular bids, cancellation of the contract award procedure, or of the selection of the best Bid, always specifying the factual and legal grounds for its decision. 16. Immediately upon the selection of the best Bid, the Purchaser shall place the information referred to in paragraph 11)15. hereof on its website and in a publicly accessible place on its premises. 12) Description of a Bid Price Calculation Method. 1. The Lump Price shall be expressed in Polish currency - zloty (PLN, USD or EURO) and calculated on the basis of individual calculation of each Contractor, taking into account the experience and expertise of the Contractor, as well as all costs that are necessary for the completion of the Public Procurement (packaging, transport, assembly, installation, training and others), taxes, warranty costs at the place of installation of the device and discounts that the Contractor envisages to grant. 2. The Lump Sum of the Bid calculated on the basis of the individual calculation of the Contractor shall be tantamount to the Bid Price provided for by the Contractor in the Bid Form. 3. In case of submitting Bids in different currencies, i.e. in Polish zloty (PLN), US Dollar (USD) or EURO (EUR), the Purchaser shall convert the values of these Bids into Polish zloty (PLN), for the purpose of evaluation and comparison of the Bids, at the average exchange rate of PLN for this currency, specified by the Polish National Bank at the day of opening the Bids. The Purchaser informs that with respect to a particular Bid covering the whole Object of the Public Procurement, the Contractor is allowed to submit a Bid only in one of the indicated currencies. 4. While calculating the Lump Sum of the Bid, it is recommended to specify the unit value (values) and total net value (values), to indicate the value (values) and amount (amounts) of the respective tax on goods and services VAT or its value expressed in percent, to specify the unit value (values) and total gross value (values) with regard to the particular elements of the Public Procurement. In case the Contractors registered office is established outside the Republic of Poland, it is allowed to provide only the net values without VAT tax. 5. In case the Contractors registered office is established outside the Republic of Poland, for the purposes of evaluation and comparison of the Bids, to the offered prices the Purchaser shall add tax on gods and services VAT, which the Purchaser is obliged to pay in accordance with the applicable regulations. 6. The Purchaser does not envisage valorisation of the Bid Price, the calculated price shall be the Lump Sum price for the whole Object of the Public Procurement. 7. It is envisaged that the settlement shall be effected on the basis of three invoices, namely: a) first one, issued once the Contract is signed, for no more than 50% of the value of the Public Procurement, which shall be serviced to the Purchaser together with an irrevocable and unconditional bank guarantee or insurance payment in the amount equal to the one on the invoice, valid for a period exceeding the date on which the Public Procurement is completed by no less than 30 days. __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 18 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

b) second one, issued after the commissioning of the Object of the Public Procurement at the producer’s premises, prior to the dispatch (measurement of the transfer function), the traveling costs and the costs of accommodation of one of the representative of the Purchaser to the place of receipt shall be borne by the Contractor, for no more than 40% of the value of the Public Procurement, c) third one, issued after the delivery, assembly, installation and carrying out the final measurements of the vibration characteristic of the target load at the premises of the Purchaser’s facility, that is after the completion and the receipt of the whole Object of the Public Procurement, for the remaining payment, d) if mutually agreed by the Parties, it is allowed not to issue the first invoice (advance, pro forma), and settle payments on the basis of two invoices, one issued after the commissioning of the Object of the Public Procurement at the producer’s premises, prior to the dispatch (measurement of the transfer function), the traveling costs and the costs of accommodation of one of the representative of the Purchaser to the place of receipt shall be borne by the Contractor for no more than 90% of the value of the Public Procurement, and second one, issued after the delivery, assembly, installation and carrying out the final measurements of the vibration characteristic of the target load at the premises of the Purchaser’s facility, that is after the completion and the receipt of the whole Object of the Public Procurement for the remaining payment, e) if mutually agreed by the Parties, it is allowed not to issue the second invoice, and settle payments on the basis of two invoices, one issued once the Contract is signed, for no more than 50% of the value of the Public Procurement, which shall be serviced to the Purchaser together with an irrevocable and unconditional bank guarantee or insurance payment in the amount equal to the one on the invoice, valid for a period exceeding the date on which the Public Procurement is completed by no less than 30 days, and second one, issued after the delivery, assembly, installation and carrying out the final measurements of the vibration characteristic of the target load at the premises of the Purchaser’s facility, that is after the completion and the receipt of the whole Object of the Public Procurement for the remaining payment, 8. The payments shall be made in accordance with the Contract and Contractor’s Bid, within 30 days from the date of the delivery of invoices and/or the receipt of the Public Procurement, and of signing the partial and final acceptance protocols. 13) Description of criteria that the Purchaser shall follow in the selection of a bid with their relevance and methods of bid evaluation. 1. On the basis of the evaluation criteria as specified under the SETCPP, the Purchaser shall select the best bid from among all valid and eligible bids submitted (that is from bids submitted by the Contractors that were not excluded nor rejected). 2. Bid Evaluation Criteria and their relevance: 2.1 The gross Price of the Bid for the whole of the Object of Public Procurement – 100%. 3. Points awarded for the ‘Lump Sum Price for the whole of the Object of Public Procurement’ criterion shall be calculated according to the following formula: C = (Cnaj : Co) x 10 where: C - score awarded to a particular Bid, Cnaj – the lowest Bid Price amongst all valid bids, Co - a price as given by the Contractor whose score is being calculated, Hence, a single member of the Tender Board may award a maximum of 10 points to one Contractor. __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 19 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

4. Upon the completion of evaluation, the points awarded by the members of Tender Board shall be summed up. 4.1 The resulting sum shall constitute the final evaluation score of a particular Bid 4.2 The accuracy level of all calculations shall be two decimal places (without rounding). 4.3 The Bid with the highest score shall be deemed the best Bid. In case of equal results, the price shall determine the choice, i.e. the Bid of the Contractor with the lowest price shall be deemed the best Bid. 14) Information on the formalities that shall be completed and complied with upon the selection of the Bid in order to execute a Contract on Public Procurementt. 1. Before the contract is signed, the contractor shall submit: 1.1 a possible list of subcontractors, 1.2 a valid copy of a document which attests that it is eligible to enter into legal transactions, i.e. an extract from a relevant registry or an extract from the Business Activity Register (CEIDG), unless the document had already been provided together with the bid at the address and time indicated by the purchaser. Where the bid is proposed by several entities acting jointly, this requirement shall apply to each one of them. 1.3 Consortium’s contract in case Contractors jointly applying for the award of the Contract submitted the best Bid. 2. The Purchaser shall conclude a public procurement contract within the period of not less than 10 days of the date on which the notification on the selection of the best Bid is dispatched if sent by fax or e-mail, or not less than 15 days if sent otherwise. 3. The Purchaser may conclude a public procurement contract before the deadlines referred to in section 14) 2 hereof, in case only one bid is submitted for the tender procedure or in case of the occurrence of other circumstances specified in Article 94 paragraph 2 of the PPL Act. 4. If the Contractor whose Bid is selected avoids concluding the public procurement contract, the Purchaser shall select the best Bid among the remaining bids, without carrying out their re-evaluation unless any of the conditions referred to in Article 93 paragraph 1 (1–7) of the PPL Act occurs. 15) Requirements on the Due Performance Security. 1. The Purchaser shall not assume the need for furnishing any security on due performance of the Contract.

__________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 20 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

16) Contract Template.

CONTRACT TEMPLATE The present Public Procurement Contract, signed on ……….2014 in Krakow, between: The Jagiellonian University with the registered office at ul. Golebia 24, 31-007 Krakow, NIP 675-000-22-36, hereinafter referred to as the ‘Purchaser’, represented by: ........-............, with the financial countersignature of the Bursar of the Jagiellonian University, and ..............................., entered into the National Court Registry, managed by the Court in ............, registry number..................., NIP:................................., REGON................, hereinafter referred to as the Contractor, represented by: ...........................

This Public Procurement Contract was concluded as a result of the open tender procedure, in accordance with the Act of 29 January 2004 on Public Procurement Law (Polish Journal of Laws of 2013, item 907, as amended): §1 1. The Contractor hereby covenants with the Purchaser to deliver and assemble the antivibration platforms, underneath the apparatus, scientific and research devices, with the equipment and full on-site installation at the place of use, together with carrying out the measurement tests of vibration characteristics of the output (before installing the antivibration systems during normal operation of the building) and at full load after installing the above mentioned apparatus and scientific and research devices, for the laboratory facilities of the Department of Physics of Nanostructures and Nanotechnology, in the new building of the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University, located on the territory of the Campus of the 600th Anniversary of the Jagiellonian University Revival, ul. Łojasiewicza 11 in Krakow. 1.1 The Public Procurement includes in particular: 1.1.1 Active Platform for OMICRON VT-STM System – 1 set 1.1.2 Active Platform for 4-PROBE- Omicron RT-STM system – 1 set 1.1.3 Active Platform for OMICRON LT-STM System – 1 set 1.1.4 Active and passive stage for RAMAN System – 1 set 1.1.5 Active and passive stage for Ambient SPM Park and MULTIMODE – 2 sets 2. The Object of the Public Procurement Contract shall be delivered and assembled to the premises of the facility of the Jagiellonian University, i.e. the Faculty of Physics, Astronomy and Applied Computer Science of the JU, located in Krakow, ul. Łojasiewicza 11, whereas the persons responsible for contact with respect to the delivery and receipt from the Purchaser are: .................. . 3. The Purchaser orders and the Contractor undertakes to carry out all indispensable activities for the completion of the Object of the Contract, described in paragraph 1. __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 21 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

4. An integral part of this Contract shall be the documentation of the Tender Procedure, including in particular the SETCPP along with Annexes and the Contractor’s Bid. 5. The performance of the Object of the Contract shall commence on .......... 2014, and end not later than on .............., whereas the performance of the Contract shall be implemented in three stages, wherein stage I and II, i.e. stage I including the receipt after the completion of the Public Procurement at the Contractor place by the representative of the Purchaser, and stage II, i.e. the stage of the delivery of the Object of the Public Procurement with the installation, within 3 months from the date of signing the Contract, i.e. until ……………………….., whereas stage III, i.e. carrying out the measurements tests of the Object of the Public Procurement along with the scientific and research apparatus in the new building of the Faculty of Physics, Astronomy and Applied Computer Science of the JU, until ……………………, however the Parties allow for the possibility of early completion of the Object of the Contract. 6. The Contractor shall be solely responsible materially and legally for the damage emerged at the Purchaser as well as third parties, caused by the activities resulting from implementation of this Contract. 7. Subcontracts for parts of the Object of Public Procurement shall not alter the Contractor’s obligation towards the Purchaser, concerning the same parts of the Contract. The Contractor shall be liable for actions, errors and negligence of subcontractors and their employees to the same extent as for its own actions, errors and negligence. 8. If during the Public Procurement Procedure in which as the result this Contract was concluded, the Contractor was relying on the resources of other entities being his subcontractors in the scope indicated in Article 26 point 2b of the PPL Act for the purpose of demonstration of fulfilment of the terms and conditions of participation in the Procedure, the Contractor is obliged to demonstrate that another proposed subcontractor or the Contractor itself fulfil them to the extend not lower than the former entity (subcontractor). §2 1. The Contractor declares that its expertise, experience, and resources are sufficient to accomplish the Object of the Contract. 2. The Contractor declares that it is insured against civil liability within the scope of the conducted business and is in possession of a valid insurance policy. 3. The Contractor declares that the Object of the Contract shall be completed with the highest quality materials and highest standards of work, within the deadlines specified and with due diligence, taking into account the professional character of the business activity of the Contractor. §3 1. The amount of the Contractor’s remuneration for the Object of the Contract shall be calculated on the basis of the Contractor’s Bid. 2. The lump sum amount for the Object of the Contract shall be equal to the net ………………… plus …% of VAT, which amounts to the gross remuneration of ..................................... PLN, USD or EUR (say: ............................PLN, USD or EUR). 3. The Purchaser within 30 days from signing the Contract shall pay to the Contractor the amount of …………………… PLN, USD or EURO as a down payment on the basis of the invoice issued by the Contractor (for example pro forma or advance invoice). 4. In case the Contractor does not perform the Contract within 6 months from the date of the Contract conclusion, the Purchaser shall withdraw from the Contract without __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 22 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

setting an additional date, claiming from the Contractor to pay the amount of down payment, indicated in point 3 of this paragraph of the Contract, twice. 5. The Purchaser is a VAT payer and its NIP (Tax Identification Number) is: PL 675000-22-36. 6. The Contractor is a VAT payer and its NIP (Tax Identification Number) is: ……………. or is not a VAT payer in the territory of the Republic of Poland. 7. In case the Contractor is registered outside of the Republic of Poland, the output ...% VAT shall be paid by the Purchaser to the bank account of the relevant Tax Office. §4 1. The remuneration specified in Article § 3 shall be paid on the basis of three invoices, namely: a) first one, issued once the Contract is signed, for no more than 50% of the value of the Public Procurement, constituting a down payment specified in Article §3 point 3 of the Contract, which shall be serviced to the Purchaser together with an irrevocable and unconditional bank guarantee or insurance payment in the amount equal to the one on the invoice, valid for a period exceeding the date on which the Public Procurement is completed by no less than 30 days. b) second one, issued after the commissioning of the Object of the Public Procurement at the producer’s premises, prior to the dispatch (measurement of the transfer function), the traveling costs and the costs of accommodation of one of the representative of the Purchaser to the place of receipt shall be borne by the Contractor, for no more than 40% of the value of the Public Procurement, c) third one, issued after the delivery, assembly, installation and carrying out the final measurements of the vibration characteristic of the target load at the premises of the Purchaser’s facility, that is after the completion and the receipt of the whole Object of the Public Procurement, for the remaining payment, 2. The Purchaser allows the following possibilities: a) if mutually agreed by the Parties, it is allowed not to issue the first invoice (advance invoice), and settle payments on the basis of two invoices, one issued after the commissioning of the Object of the Public Procurement at the producer’s premises, prior to the dispatch (measurement of the transfer function), the traveling costs and the costs of accommodation of one of the representative of the Purchaser to the place of receipt shall be borne by the Contractor for no more than 90% of the value of the Public Procurement, and second one, issued after the delivery, assembly, installation and carrying out the final measurements of the vibration characteristic of the target load at the premises of the Purchaser’s facility, that is after the completion and the receipt of the whole Object of the Public Procurement for the remaining payment, b) if mutually agreed by the Parties, it is allowed not to issue the second invoice, and settle payments on the basis of two invoices, one issued once the Contract is signed, for no more than 50% of the value of the Public Procurement, constituting a down payment specified in Article §3 point 3 of the Contract, which shall be serviced to the Purchaser together with an irrevocable and unconditional bank guarantee or insurance payment in the amount equal to the one on the invoice, valid for a period exceeding the date on which the Public Procurement is completed by no less than 30 days, and second one, issued after the delivery, assembly, installation and carrying out the final measurements of the vibration characteristic of the target load at the premises of the Purchaser’s facility, that is after the completion and the receipt of the whole Object of the Public Procurement for the remaining payment, __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 23 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

3. The invoice for the completed and accepted Object of the Contract shall be paid within 30 days of the delivery of the invoice along with acceptance protocols. 4. The remuneration that is due to the Contractor shall be paid transferred from the Purchaser’s bank account to the Contractor`s bank account indicated in the invoice. 5. The payment place shall be the Purchaser’s bank. §5 1. The Purchaser shall proceed to the activities related to the receipt once notified in writing by the Contractor of the readiness of the receipt. The notification document of the readiness of the receipt shall be delivered by the Contractor to the person indicated in Article § 1 point 2 of the Contract, for at least 14 days before the planned date of the receipt. 2. The acceptance protocol of the Object of the Contract shall be prepared with participation of the authorized representatives of the Parties of the Contract, after the verification of the compliance of the implementation of the Object of the Contract with the provisions of the Contract, SETCPP and the Contractor’s Bid, and after the confirmation of the completeness of the undermentioned documents, which the Contractor shall deliver to the persons authorized to the receipt from the Purchaser’s side, in particular: a) quantitative and generic list of the delivered equipment, including in particular: the name of the device, manufacturer, year of production, serial number, specific functional parameters, b) warranty cards of the equipment, manuals, operating instructions, c) attestations, certificates, conformity declarations. 3. The delivery of the parts (devices) comprising the Object of the Contract is not tantamount with putting it on stream (passing for the use). The acceptance protocol of the Object of the Contract for the use shall be signed only after the performance of the above-mentioned activities. Therefore, the final acceptance protocol can be signed by the Parties of the Contract only if all the partial protocols without reservations are signed. 4. The person authorized for the receipt of the Object of the Contract from the Purchaser’s side is the representative of the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University: ………………….... . 5. The person authorized to participate in the receipt activities of the Object of the Contract from the Contractor’s side is: …………………. . §6 1. The Contractor undertakes to complete the Object of the Contract with no defects. 2. The Contractor hereby grants a 24–month warranty for delivered and assembled Object of the Contract and its elements (counting from the date of performing the Contract – i.e. the date of assembly, launching, providing a training to the Purchaser’s employees and testing the Object of Contract, confirmed by the acceptance protocol with no reservation), taking into account the provisions of the SETCPP regarding the conditions of warranty. The rights from the guarantee, that shall last for 12 months, shall not be excluded. 3. The warranty shall be rendered by the producer, authorized by the producer service station or authorized persons at the Contractor’s expense at the place of the Contract performance. Should it prove impossible from a technical point of view, all organizational activities and costs related to the warranty service performed outside the place of the Contract performance shall be borne by the Contractor. __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 24 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

4. The Contractor shall guarantee the highest quality of the delivered Object of the Contract, in accordance with the technical specification. The liability arising from the quality warranty covers both defects resulting from the reasons existing in the Object of Contract at the moment of its acceptance by the Purchaser, and any other physical defects arising from reasons that the Contractor is liable for, provided that the defects emerge within the period of warranty. 5. The running of the period of warranty shall commence on the day that follows the receipt of the Object of the Contract. 6. A response to the notification of a defect (undertaking an immediate repair of a defect by delegating a service technician, or providing a solution via telephone or email) shall occur no later than two working days from the date of notification of the defect/fault (telephone or email notification) with the exemption of national holidays. 7. A warranty repair shall be completed within a time limit not exceeding 7 working days (from Monday till Friday, with the exemption of national holidays), counting from the date of the receipt of a notification by the service station (by phone, facsimile, or email). Should a need of bringing in specialist spare parts arise, the time limit set forth above shall be no longer than 14 working days (from Monday till Friday, with the exemption of national holidays), unless the Parties agree on a longer repair period, pursuant to a relevant necessity report signed by both Parties. 8. The warranty shall be automatically extended by a period of repair, i.e. the time between the notification of the breakdown or defect and removal thereof. 9. In case of a triple failure of the same element/module, the Contractor shall be obliged to replace the faulty element or module with a new one that shall be free of any defects, or replacement of the part or the whole device in case the triple replacement of the faulty element/module does not lead to the proper functioning of the device and reaching required parameters and functionality. 10. Should the Contractor fail to abide by the warranty terms and conditions or the aforementioned provisions, the Purchaser shall be entitled to make good the defects (faults) by way of a repair at the Contractor’s risk and expense, while at the same time retaining other rights resulting from the Contract. In such cases the Purchaser shall have the right to employ another contractor to make good the defects (faults), and the Contractor shall be obliged to cover the expenses arising therefore within 14 days from the date of receipt of the call along with the proof of payment. 11. The Purchaser undertakes to meet the basic operational conditions as specified by the producer in the warranty cards and/or in the manuals supplied by the Contractor. §7 1. Apart from the circumstances set out in the Civil Code, the Parties may withdraw from this Contract in the situations specified in point 2: 2. The Purchaser may withdraw from the Contract within 14 days’ notice from the date of the notification of occurrence of the following circumstances: a) The initiation of bankruptcy proceedings against the Contractor, b) The initiation of liquidation proceedings against the Contractor, c) The Contractor delivered the equipment that is not compliant with the conditions of Contract or exceeded the period of performance of the Contract by 7 days, and in an additional period set by the Purchaser extended up to 7 days, did not perform the Contract accordingly to the provisions of the Contract. 3. In addition, if any of the substantial circumstances occur, resulting the performance of the Contract not being with the accordance with the public interest, of what was not possible to predict at the moment of the Contract conclusion, the Purchaser shall __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 25 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

withdraw from the Contract within 30 days from the moment of the notification of those circumstances (Article 145 paragraph 1 of the Act of 29th January 2004 – Public Procurement Law). 4. In case the Purchaser withdraws from this Contract by fault of the Contractor, the Contractor shall not be entitled to any compensation. 5. The withdrawal from the Contract shall be made in writing under pain of nullity of such statement and shall include a justification. 6. In case of withdrawal from the Contract, the Parties shall retain the right to execute the contractual penalties. §8 1. The Parties reserve the right to count and claim the contractual penalties for failure to comply with the present Contract or inadequate fulfilment of the obligations hereunder. 2. The Contractor, with the reservation of point 6 of this paragraph, shall pay the contractual penalty to the Purchaser in the following cases: a) If the Contractor withdraws from the Contract owing to circumstances beyond the control of the Purchaser, the penalty shall amount to 10% of the gross remuneration specified in Article § 3 point 2 of the Contract, b) the non-performance or improper performance of the Contract, including the warranty service resulted from the Contract, the penalty shall amount to 10% of the gross remuneration specified in Article § 3 point 2 of the Contract, wherein the improper performance of the Contract that is its fulfilment, that is contradiction with the provisions of the Contract or the Contractor’s Bid, or with the provisions of the SETCPP, or does not secure to achieve the required technical and functional parameters of the Object of the Contract. c) If the Contractor fails to perform the Object of the Contract in a timely fashion, the penalty shall amount to 0,2% of the gross remuneration specified in Article § 3 point 2 of the Contract for each day of delay, in relation to the date of the completion of the Object of the Contract, specified in Article § 1 point 5 of the Contract, but not exceed 20% of the gross remuneration of the Object of the Contract specified in Article § 3 point 2 of the Contract. d) The delay in removal of the defects of the Object of the Contract found during the receipt, the penalty shall amount to 0,2% of the gross remuneration specified in Article § 3 point 2 of the Contract for each day of delay, calculated from the day following the expiry of the deadline set by the Purchaser to remove the defects, but not more than 20% of the gross remuneration specified in Article § 3 point 2 of the Contract. e) The delay in removal of defects found during the warranty period or guarantee period, in amount of 0,2% of the gross remuneration specified in Article § 3 point 2 of the Contract, for each day of delay calculated from the deadline (date) as determined in accordance with Article § 6 point 7 of the Contract, but not more than 20% of the gross remuneration of the Object of the Contract. 3. The Purchaser reserves the right to deduct possible penalties from the due invoice. 4. The Contractor may count the contractual penalties and the Purchaser is obliged to pay them, in case of the withdrawal from the Contract by the Contractor due to exclusive fault of the Purchaser, in amount of 10% of the gross remuneration specified in Article § 3 point 2 of the Contract. 5. The Purchaser shall pay the interest to the Contractor in the amount specified on the basis of Article 56 point 1 of the Act of 29th August 1997 - Tax Ordinance (Polish Journal of Laws, 2012 item 749, as amended), calculated for each day of the delay of the __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 26 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

interest delay of the payment of the remuneration specified in Article § 3 point 2, in relation to the terms of payment of the due invoice, specified in Article § 4 point 3 of the Contract. 6. In case of withdrawal from the Contract due to circumstances for which one Party bears responsibility, the Party that bears the responsibility for the withdrawal from the Contract, shall pay the contractual penalty to the second Party in amount of 10% of the gross remuneration, regardless of the provisions of Article § 8 point 2 a) of the Contract. 7. The Parties may claim compensation on the basis of the general rules, that exceeds the amount of the specified contractual penalties. 8. The claim for contractual penalties shall become due on the date of the occurrence of the grounds for their calculation as specified herein. §9 1. For the purpose of this Contract, ‘Force Majeure’ means an external event of an extraordinary character that could not have been foreseen nor prevented. 2. If due to Force Majeure, either Party is unable to perform its contractual obligations in full or in part, then such a Party shall promptly notify the other Party about this fact. In such an event, the Parties shall agree on the manner and conditions of further fulfilment of the Contract or the Contract may be terminated. § 10 1. Any statements of the Parties shall be made in writing under pain of nullity, and duly posted by registered mail or delivered with a return receipt. 2. In case one or more of the provisions set forth in this Contract shall be held invalid, the validity of the entire Contract shall not be affected, and if such an event occurs, the Parties shall replace the invalid provision with a provision fully corresponding with the key objective of this Contract and other provisions hereof. § 11 1. The Parties agree that an annex to this Contract may be signed, provided that a necessity report is previously prepared and the lump sum character of the price of the Contract is kept, in the following cases: a) a change to the deadline of the performance of the Contract, by its reduction in case of a unanimous decision of the Parties or its extension due to reasons for which the Purchaser may be held responsible, concerning in particular the lack of preparation/hand-over of the site of works/delivery, as well as due to other reasons beyond the control of the Parties, caused by the so-called ‘force majeure’. b) an extension of the warranty period, in case of its extension by the producer/ Contractor, c) an improvement of quality or other parameters typical for the delivered element of the Object of the Contract or changes in the technology to an equivalent or better one, increasing the efficiency of the devices and safety, in case of ceasing the supply or ending the production of the Object of the Contract or its elements offered by the Contractor, d) update of solutions due to technological progress or changes in applicable laws, e) change of the subcontractor due to fortuitous events or other reasons beneficial for the Purchaser, in case the Contractor declares to employ subcontractors in the performance of the Object of the Contract, taking into account the content of Article § 1 point 8 of the Contract. 2. Any changes not related to the provisions of the Contract, for ex. when due to organizational reasons a change of the contact details stipulated in the Contract will be __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 27 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

necessary, or when a bank account number will be changed, the Party which was affected by the change shall inform another Party about that fact in writing. § 12 1. Neither the Purchaser or the Contractor shall be entitled to transfer its rights and obligations resulted from the Contract without the prior written consent of the other Party. In particular, the Contractor is not entitled to assign to third parties the receivables resulted from this Contract without the prior written consent from the Purchaser. 2. The Parties are required to notify each other each time about a change of the address of its place of residence, by registered mail, under the pain of acknowledging the correspondence sent to the currently known address as effective. 3. Any issues that may arise from the implementation of the Contract shall be investigated by the court adequate for the domicile of the Purchaser. 4. To all the cases not covered in the Contract, the following legal regulations shall be applied: the Act of 23 April 1964, Polish Civil Code (Polish Journal of Laws 1964, No 16, item 93, as amended), the Act of 29 January 2004 Public Procurement Law (consolidated text: Polish Journal of Laws of 2013, item 907, as amended). 5. This Contract shall be executed in two counterparts, one for each Party thereto.

The Purchaser ............................................

The Contractor ........................................

In ……………………………, on ……………………………………………….. 2014 I hereby approve the Contract Template. ........................................................................ (stamp and signature of a person authorised to make declarations of intent on behalf and in the name of the Contractor)

__________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 28 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

17) Information on legal remedies to which the Contractor shall be entitled during the Contract Award Procedure. 1. Contractors, tender participants, and other entities shall be entitled to legal remedies if they have, or had, a legal interest in winning the procurement or if they suffered, or are likely to suffer, losses in the event of a breach of the Act by the Purchaser. 2. Organizations registered by the Public Procurement Officer shall also be entitled to legal remedies with regard to public procurement notice and the specification of essential terms and conditions of the public procurement. 3. The right of appeal is available solely in the event of a breach of the Act by the Purchaser during the Contract award procedure or if the Purchaser neglects to perform an action to which it is legally obliged pursuant to the Act. 4. The appeal shall specify which action of the Purchaser is in breach with the Act or has been neglected, and shall include a concise presentation of charges, specify the demand raised, and present the factual and legal circumstances which justify the appeal. 5. The appeal shall be submitted to the Chief Officer of the National Chamber of Appeal (ul. Postępu 17a, 02-676 Warszawa) in written or electronic form, affixed, in the latter case, with the secure electronic signature verifiable by means of a valid qualified certificate. 6. The Appellant shall deliver a copy of the appeal to the Purchaser in such a manner as to enable it to examine its contents before the deadline for appeals. It shall be assumed that the Purchaser is able to examine the appeal before the deadline if the copy is submitted before the deadline for appeals through one of the means. The Appellant shall deliver a copy of the appeal to the Purchaser in such a manner as to enable it to examine its contents before the deadline for appeals. It shall be assumed that the Purchaser is able to examine the appeal before the deadline if the copy is submitted before the deadline for appeals through one of the means defined in Article 27 paragraph 2 of the Act, i.e. by fax or e-mail. 7. An appeal shall be submitted to the Chief Officer of the National Chamber of Appeals within the time-frames indicated in Article 182 of ‘Public Procurement Law’: 1. within 10 days of the date on which the notification of the Purchaser’s action constituting the basis for the appeal is dispatched, should the notification be sent by means specified in Article 27 paragraph 2 of the PPL, i.e. by fax or e-mail, or within 15 days should the notification be sent otherwise – in case the procurement value is equal or higher than the amounts specified in provisions issued on the basis of Article 11 paragraph 8 of the PPL. 2. An appeal concerning the public procurement notice, and in case the proceeding is an open tender, also concerning the specification of essential terms and conditions of the public procurement, shall be submitted within: 1) 10 days of the publication of the notice in the Official Journal of the European Union or publication of the SETCPP on the website – in case the procurement value is equal or higher than the amounts specified in provisions issued on the basis of Article 11 paragraph 8 of the PPL. 3. An appeal with regard to the provisions different than those specified in paragraph 1 and 2, shall be submitted: 1) in case the procurement value is equal or higher than the amounts specified in provisions issued on the basis of Article 11 paragraph 8 of the PPL – within 10 days of the date on which the information on the circumstances constituting the grounds for the appeal is revealed or might be revealed with due diligence. __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 29 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

8. The Purchaser shall deliver a copy of the appeal to other participating Contractors immediately, no later than 2 days of the receipt of the appeal, and if the appeal concerns the public procurement notice or the specification of essential conditions of the public procurement, the copy shall also be published on the website where the public procurement notice or the specification is available, with a call upon Contractors to enter into the appeal procedure. 9. The Contractor may register its entry into the appeal procedure within 3 days of the receipt of the appeal copy, identifying the party it accedes to and the legal interest it has in a ruling in its favor. The Chief Officer of the National Chamber of Appeal shall be notified of the entry in written or electronic form, affixed, in the latter case, with the secure electronic signature verifiable by means of a valid qualified certificate. A copy shall be delivered to the Purchaser and the Appellant. The Contractors who registered into the entry procedure become the participants of the appeal procedure, if they can benefit of the appeal being settled in favor for one of the Parties. 10. The Appellant and the Contractor summoned in accordance with paragraph 17)8 shall subsequently not be entitled to legal remedies with regard to the actions performed by the purchaser in accordance with the judgment of the Chamber or the court or pursuant to Article 186 paragraphs 2 and 3 of the PPL. 11. The appeal procedure is subject to the provisions of the Act of 17 November 1964 on arbitration court, Civil Proceedings Code (Polish Journal of Laws No. 43 item 296, as amended), unless otherwise provided by the Public Procurement Law. 12. The Parties and Participants of the appeal procedure shall be entitled to a court complaint against the judgment of the Chamber. To the complaint procedure the provisions of the Act of 17 November 1964 on arbitration, Civil Proceedings Code, shall apply, unless otherwise provided by this Article. 13. The complaint shall be submitted to the district court having jurisdiction over the registered office or place of residence of the Purchaser through the agency of the Chief Officer of the National Chamber of Appeals within 7 days of the receipt of the judgment, with a copy of the complaint delivered to the opponent of the complaint at the same time. The deposition of complaint in a public post office is equivalent to its submission. The complaint is subject to a registration fee. 14. The complaint shall conform to the regulations prescribed for pleadings and shall identify the judgment protested, summarize and briefly justify the charges, present evidence, and plead for the repeal or partial or complete modification of the judgment. The complaint procedure shall not be subject to the extension of the repeal plea or any additional pleas. 15. Notification: The Contractor or the participant of the procurement have the right to notify the Purchaser, within the time limit specified with regard to entry into the appeal procedure, about the activity incompatible with provisions of the PPL Act, to which activity the Purchaser is obliged, to which the Purchaser is not entitled to appeal, under the Article 180 paragraph 2 of the PPL Act. 16. In case the notification is reasonable, the Purchaser shall recur the activity or perform discontinued operations, informing the contractors about it, in the way appropriate for this particular activity as specified in the Act. 17. For the action specified in the above paragraph, a party shall not be entitled to appeal with reservation of Article 180 paragraph 2 of the PPL Act. 18. Opposition: The Purchaser or the appealing party shall be entitled to report an opposition against the accession of other contractor not later than to the date of the trial __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 30 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

opening. The Chamber shall consider the opposition, if the party reporting the opposition will prove, that the contractor does not have a legal interest in obtaining a settlement in favor of the party, to which he acceded; otherwise, the Chamber is dismissing the opposition. The Chamber can issue the decision on taking into consideration or dismissing the opposition on the closed-door hearing session. A party is not entitled to complain about this decision. 19. The Purchaser informs that the detailed regulations for legal remedies shall be provided by section 6 of the Act, i.e. Articles 179–198 (g) of the Public Procurement Law. 18) Description of a part of the Public Procurement, if the Purchaser allows for submitting partial bids. 1. The Purchaser shall not allow for submitting partial bids. 19) Information on framework contract. 1. The Purchaser shall not allow the execution of any framework contract. 20) Information on anticipated supplementary contracts referred to in Article 67 item 1 (6, 7) or Article 134 item 6 (3) of the PPL. 1. The Purchaser does not allow an execution of any supplementary Public Procurement Contracts. 21) Description of the method of presenting alternative bids and of the minimum conditions that shall be met by such alternative bids, provided that the Purchaser allows for alternative bids to be submitted. 1. The Purchaser shall not allow for submitting any alternative bids. 22) E-mail address or the address of the Purchaser’s website due to the fact that the terms and conditions of this Tender Procedure allow for contact via electronic mail. 1. e-mail: [email protected] 2. website: www.uj.edu.pl 3. place of publication of announcements and information: http://przetargi.adm.uj.edu.pl/ogloszenia.php 23) Information on foreign currencies allowed for clearing financial obligations between the Purchaser and the Contractor. 1. Any financial obligations between the Contractor and the Purchaser shall be settled in Polish zloty (PLN), US Dollar (USD) or EURO depending on the currency of the chosen bid. 24) The Purchaser shall not provide for any electronic auction. 25) The Purchaser shall not provide for any refund of the costs related to the participation in the Procedure. 26) In accordance with the SETCPP, the Purchaser demands that in the Bid the Contractor expressly identifies which part of the Object of Public Procurement shall be performed by subcontractors. The Purchaser demands also, that the Contractor provides the names (companies) of the subcontractors on which resources the Contractor relies in order to demonstrate the fulfilment of the terms and conditions of participation in the Procedure, pursuant to the scope specified in Article 26 point 2b of the PPL Act.

__________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 31 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

BID FORM ________________________________________________________________ The Purchaser – Uniwersytet Jagielloński ul. Gołębia 24, 31 – 007 Krakow; Unit assigned to this Tender Procedure – Biuro Zamówień Publicznych UJ (Public Procurement Office) ul. Gołębia 6/2, 31 – 007 Krakow ________________________________________________________________ Name (company) of the Contractor – …………………………………………………………………………………., Registered office address – ……………………………………………………………………………………, Mailing address – ……………………………………………………………………………………, Tel. - ......................................................; fax - ......................................................; E-mail: ..............................................................; NIP1) - .................................................; REGON2) - .................................................; With reference to the announced Open Tender for the selection of a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices along with the full installation at the place of of use, together with carrying out the measurements tests of vibration characteristics of the output (before installing the antivibration systems during normal operation of the building) and at full load after installing the above mentioned apparatus and scientific and research devices, for the laboratory facilities of the Department of Physics of Nanostructures and Nanotechnology, in the new building of the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University, located on the territory of the Campus of the 600th Anniversary of the Jagiellonian University Revival, ul. Łojasiewicza 11 in Krakow, we hereby submit the following Bid: 1) we offer the performance of the entire Object of the Contract, for the standard net price: ........…….............................. *, and with due VAT at the rate of ........*%, for the gross

standard

price:

….............................*

(in

words:

......................................................*).

1)

NIP – Tax Identification Number

2)

REGON No.: Polish National Business Registry Number

__________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 32 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

2) We offer the deadline for the completion of the Public Procurement within 6 months, counting from the date of awarding of the contract, taking into account the provisions of point 4) of the SETCPP and the contract template,

....................................................................... (stamp and signature of a person authorised to make declarations of intent on behalf and in the name of the Contractor)

3) We offer the payment deadline of up to 30 days, counting from the date of delivery of the invoice, respectively for requirements determined in the SETCPP, 4) We ask to refund the money lodged to cover a bid bond to the following bank account*: ………………………………………………………(this refers only to the Contractors, who lodged the bid bond by means of a bank transfer)*, 5) Pursuant to Article 44 of the PPL Act, we declare that we meet all terms and conditions of this Tender Procedure specified in the SETCPP and we are aware of the content of the Specification of Essential Terms and Conditions of the Public Procurement, and consider ourselves bound by the terms and conditions thereof, as well as by the rules of conduct and the essential terms of the contract contained therein (Contract Template), 6) We declare that we consider ourselves bound by this Bid for the period indicated in the Specification of Essential Terms and Conditions of the Public Procurement, that is for 60 days from the date of the opening of the Bid, 7) We declare that we offer the Object of the Public Procurement that is compliant with the requirements and provisions specified in the Public Procurement Law Act and with the terms and conditions specified by the Purchaser in the Specification of Essential Terms and Conditions of the Public Procurement, and to confirm that we enclose technical and/or operation description, or producer’s catalogue (indicating in particular: offered type, model, name of producer, catalogue number, product characteristic and other important information), allowing verification of the compliance of the equipment with the requirements specified in the SETCPP, along with the results of the preliminary measurements of the vibrations carried out by the Contractor in the existing facility of the Faculty of Physics, Astronomy and Applied Computer Science of the JU, located in Krakow, ul. Łojasiewicza 11. 8) We declare that we offer warranty services that fulfill conditions and requirements resulting from the Specification of Essential Terms and Conditions of the Public Procurement, in particular as to their period, scope and a form in which they shall be carried out, 9) The Bid consists of ………………* numbered sheets, 10) This Bid Form is accompanied by the following Annexes: Annex 1 - Letter of Declaration of the Contractor, Annex 2 – List of Contractor’s main supplies, Annex 3 - Contract Template (optional), Annex 4 - Calculation of the Bid Price. Annex 5 - List of Subcontractors (if any), Annex 6 - Letter of Declaration (regarding capital ties) __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 33 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

others – .................................................................*. Attention! A space dotted out and / or marked with a ‘*’ sign in the draft Bid Form and drafts of its Annexes shall be either filled out or crossed off by the Contractor in accordance with their content.

In ……………………………, on ……………………………………………… 2014 ........................................................................ (stamp and signature of a person authorised to make declarations of intent on behalf and in the name of the Contractor)

__________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 34 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

Annex No. 1 to the Bid Form

(Company Stamp of the Contractor)

LETTER OF DECLARATION While submitting this Bid in the Open Tender Procedure for selecting a Contractor for the delivery and assembly of antivibration platforms for the Faculty of Physics, Astronomy and Applied Computer Science of the JU in Krakow, Case no: CRZP/UJ/10/2014, we declare that: 1. we have the legal powers to perform specific business or actions, if required by the law; 2. we have the relevant expertise and experience; 3. we have relevant technical capacity and persons capable of performing the Public Procurement; 4. we have economic and financial capacity to complete the Public Procurement; 5. we are in none of the situations of exclusion due to circumstances specified in Article 24 paragraph 1 of the Act of 29 January 2004 Public Procurement Law (i.e. Polish Journal of Laws of 2013 item 907, as amended).

In ……………………………, on ……………………………………………… 2014 ........................................................................ (stamp and signature of a person authorised to make declarations of intent on behalf and in the name of the Contractor)

__________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 35 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

Annex No. 2 to the Bid Form

(Company Stamp of the Contractor)

LIST OF CONTRACTOR’S SUPPLIES While submitting this Bid in the Open Tender Procedure for selecting a Contractor for the delivery and assembly of antivibration platforms for the Faculty of Physics, Astronomy and Applied Computer Science of the JU in Krakow, Case no: CRZP/UJ/10/2014, we declare that over the past 3 years we have performed the following main supplies with due diligence – confirming the requirement specified in paragraph 5)2 of the SETCPP: 1. 2. 3. 4. 5.

The subject of the supply (range and type). Total gross value. Date (dates) of completion. Name of the recipient (address and telephone number are optional). Evidence, reference (or other documents, or statements confirming proper performance).

In ......................................., on ............................................................... 2014 ........................................................................ (stamp and signature of a person authorised to make declarations of intent on behalf and in the name of the Contractor)

__________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 36 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

Annex No. 3 to the Bid Form (Company Stamp of the Contractor

Annex No. 3 contains the approved Contract Template and is optional (non-obligatory).

In ......................................., on ............................................................... 2014 ........................................................................ (stamp and signature of a person authorised to make declarations of intent on behalf and in the name of the Contractor)

Annex No. 4 to the Bid Form (Company Stamp of the Contractor)

Annex No. 4 contains the Lump Sum Price of the Bid, individual calculation.

In ......................................., on ............................................................... 2014 ........................................................................ (stamp and signature of a person authorised to make declarations of intent on behalf and in the name of the Contractor)

__________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 37 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

Annex No. 5 to the Bid Form

(Company Stamp of the Contractor) This Annex contains the Material Scope of elements under the Contract (actions, services and/or deliveries) that shall be performed by the Contractor’s subcontractor (or subcontractors), and an optional (non-obligatory) list of their names (companies), addresses, and telephone numbers. In case the Contractor is relying on the resources of other entities, to which the Contractor intends to delegate the performance of a part of this Procurement as its subcontractors, in the scope of their: expertise and experience, technical capacity, persons capable of performing the Public Procurement or financial capacity in order to demonstrate the fulfilment of the terms and conditions of participation in the Procedure, is obliged to provide the names (companies) of the subcontractors. This Annex is mandatory only when the Contractor announces the employment of subcontractors.

In ......................................., on ............................................................... 2014 ........................................................................ (stamp and signature of a person authorised to make declarations of intent on behalf and in the name of the Contractor)

__________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 38 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

Annex No. 6 to the Bid Form (Company Stamp of the Contractor)

LETTER OF DECLARATION (regarding capital ties) While submitting this Bid in the Open Tender Procedure for selecting a Contractor for the delivery and assembly of antivibration platforms for the Faculty of Physics, Astronomy and Applied Computer Science of the JU in Krakow, Case no: CRZP/UJ/10/2014, we declare that we are in none of the situations of exclusion due to circumstances specified in Article 24 paragraph 2 point 5 of the Public Procurement Law Act, which means that: I. We do not belong to the same capital group, as specified in Article 4 paragraph 14 of the Act from 16th February 2007 of the Protection of Competition and Consumers (Polish Journal of Laws 2007 No 50 item 331, as amended).*

In ……………………………, on ……………………………………………… 2014 ........................................................................ (stamp and signature of a person authorised to make declarations of intent on behalf and in the name of the Contractor) or II. We belong to the same capital group, as specified in Article 4 paragraph 14 of the Act from 16th February 2007 of the Protection of Competition and Consumers (Polish Journal of Laws 2007 No 50 item 331, as amended), but despite the fact of belonging to the aforementioned group, as proof of what we enclose the list of its members, and submitting by us a separate Bid in the present Public Procurement Procedure, existing capital ties between us do not lead to the violation of fair competition among Contractors participating in the present Public Procurement Procedure.*

In ……………………………, on ……………………………………………… 2014 ........................................................................ (stamp and signature of a person authorised to make declarations of intent on behalf and in the name of the Contractor)

*delete where inapplicable __________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 39 of 40

SETCPP - for selecting a Contractor for the delivery and assembly of antivibration platforms with the equipment, underneath the apparatus, scientific and research devices, for the Faculty of Physics, Astronomy and Applied Computer Science of the Jagiellonian University in Krakow. Case no: CRZP/UJ/10/2014

Annex A to the SETCPP Annex A presents the maximum level of vibration, which the Contractor shall achieve and demonstrate in the tests carried out after the installation, for the apparatus and the devices, that will be mounted on the antivibration platforms, which are the Object of the Public Procurement.

Dopuszczalne wibracje podłoża dla poszczególnych systemów

Nazwa zainstalowanej aparatury System Omicron VT-STM System 4-PROBE – Omicron RT System Omicron LT-STM

Dop. poziom wibracji w kierunkach XYZ 0,2 µm/s pp dla każdej częst. z przedziału 12Hz 0,3 µm/s pp dla każdej częst. z przedziału 250Hz Układ ze spektrometrem RAMANA 0,1 µm/s dla każdej częst. z przedziału 0-50Hz Mikroskopy PARK SPM i MULTIMODE 0,1 µm/s dla każdej częst. z przedziału 0-50Hz VIBRATIONAL REQUIREMENTS FLOOR VIBRATION

Name of the system OMICRON VT-STM System 4-PROBE- Omicron RT System OMICRON LT-STM System RAMAN System Ambient SPM Park and Multimode

Max. floor vibration in XYZ direction 0,2 µm/s pp for each frequency in range - 12Hz 0,3 µm/s pp for each frequency in range 250Hz 0,1 µm/s for each frequency in range 0-50Hz 0,1 µm/s for each frequency in range 0-50Hz

__________________________________________________________________________________________ Public Procurement Office of the Jagiellonian University ul. Gołębia 6/2, 31-007 Krakow; tel. +4812-432-44-50, fax +4812-432-44-51 lub +4812-663-39-14; e-mail: [email protected] www.uj.edu.pl http://przetargi.adm.uj.edu.pl/ogloszenia.php Page 40 of 40

Suggest Documents