Working languages:
Swedish to English
Danish to English
Norwegian to English

caspersare
ITI-accredited translator & interpreter

Amsterdam, Noord-Holland, Netherlands
Local time: 01:50 CEST (GMT+2)

Native in: English Native in English, Croatian Native in Croatian
Feedback from
clients and colleagues

on Willingness to Work Again info

This service provider is not currently displaying positive review entries publicly.

Account type Freelance translator and/or interpreter, Identity Verified Verified site user
Data security Created by Evelio Clavel-Rosales This person has a SecurePRO™ card. Because this person is not a ProZ.com Plus subscriber, to view his or her SecurePRO™ card you must be a ProZ.com Business member or Plus subscriber.
Affiliations This person is not affiliated with any business or Blue Board record at ProZ.com.
Services Translation, Interpreting, Voiceover (dubbing), Subtitling, Training
Expertise
Specializes in:
Transport / Transportation / ShippingTourism & Travel
AgricultureBusiness/Commerce (general)
Computers (general)Construction / Civil Engineering
Cooking / CulinaryEconomics
Law: Contract(s)Medical: Pharmaceuticals

Rates

KudoZ activity (PRO) Questions answered: 4, Questions asked: 19
Portfolio Sample translations submitted: 5
Swedish to English: Volkswagen
Source text - Swedish
RAMAVTAL

Volkswagen Group Sverige AB – Din Bil Sverige AB – LRF SAMKÖP AB

Avtalsparter

LRF Samköp AB Volkswagen Group Sverige AB Din Bil Sverige AB
Box 92163
105 33 Stockholm 151 88 Södertälje 120 08 Stockholm

Mellan Volkswagen Group Sverige AB, nedan kallat VGS, Din Bil Sverige AB, nedan kallat DBS samt LRF Samköp AB, nedan kallat LRF Samköp, har följande ramavtal träffats:

1. Allmänt
2. Rabatt Bil
3. Bonus
4. Garanterat Återköp
5. Förmedlingsersättning
6. Service- och reparationsavtal

Bilaga 1 Förteckning över ej rabatt eller bonusgrundande avtal, och
Bilaga 2 ”Allmänna villkor” till service- och reparationsavtal.

Del 1.

Allmänt

Avtalstid
Detta avtal gäller under tiden 2008-01-01 – 2008-12-31. Avtalet förlängs automatiskt med 12 månader i taget såvida det ej sägs upp skriftligen tre månader före avtalstidens utgång. Avtalet kan även av endera parten sägas upp med omedelbar verkan i det fall andra part ej har följt i avtalet inskrivna bestämmelser.

Omfattning
Ramavtalet omfattar leveranser av fordon från VGS via återförsäljare, nedan kallad ÅF, till medlemmar med näringsverksamhet som har sin bas i jord/skog/lantbruk samt företag och organisationer som är medlemmar i LRF och godkända av LRF Samköp. Avtalet gäller också LRF medlemmar som kör sin bil frekvent i sin yrkesutövning.






Värdering av inbytesbil
Förekommer inbytesbil värderas denna efter individuell värdering med hänsyn till marknadsläget samt de lokala prisnivåerna. Mellanskillnaden till en ny bil fastställes genom en uppgörelse mellan köpare och den ÅF, som här kan komma i fråga.

Prisjusteringar
Vi förbehåller oss rätten att justera priser under avtalstiden. Dock ej på ingångna avtal.

Garantier
Lokal ÅF ger information om gällande garantier

Beställning
På bil som skall köpas eller leasas skickar LRF Samköp en bekräftelse till VGS.

Betalningsvillkor
Fakturamottagare skall vara beställaren eller beställaren tillhörande dotterbolag.

Köp: Faktura 30 dagar netto för juridisk person, kontant för privat person.

Leasing: Månadsvis i förskott.

Fri prövningsrätt. Dröjsmålsränta enligt räntelagen.

Leveransvillkor
Fritt Volkswagen, Audi ,Skoda och SEAT återförsäljare. Eventuella transporter till annan ort än ordertecknande återförsäljare bekostas av kunden.

Leveranstid
Bil ur eget lager: 2-3 veckor från ordertillfället.

Fabriksbeställd bil 8-16 veckor från ordertillfället eller enligt uppgift vid beställningstillfället.

Vid specialbyggnationer Enligt separat offert.

Registreringsavgift
450 kr inkl moms per bil. Gäller ej juridisk person.

Tvist
Eventuell tvist föranledd av detta avtal eller härur kommande rättsförhållande skall hanteras enligt lagen om skiljemän och med utnyttjande av skiljeinstitut vid Stockholms Handelskammare och användande av Skiljemän.


Informationsåtaganden
VGS förbinder sig att ständigt hålla LRF informerad om aktuella priserna på de olika bilmodellerna samt bonusgränser och andra detaljer som båda parter anser viktiga för avtalets fortlöpande.

LRF förbinder sig att informera om ramavtalet och produkterna inom organisationen.


Kontaktpersoner

Hans Wedar LRF Samköp 08-787 59 14, mobil 070-566 53 15
Mail: [email protected]

Nils Olsson Volkswagen Personbilar 08-553 867 74, mobil 070-358 68 21
Mail: [email protected]

Martin Stenport Volkswagen Transportbilar 08-553 869 52, mobil 070-48 69 52
Mail: [email protected]

Per Groth Audi Sverige 08-553 865 16, mobil 070-644 25 13
Mail: [email protected]

Claes Nylander Skoda Sverige 08-553 865 00, mobil 070-210 23 67
Mail: [email protected]

Ola Hall SEAT 08-553 866 35
Mail: [email protected]

Del 2.

Rabatter
De medlemmar och organisationer som avtalet omfattar erhåller nedanstående rabatt vid köp eller leasing av ny bil:

Bilmärke Rabatt bil Rabatt utrustning från Hamntillbehör
fabrik samt Sverige
monterad utrustning
och tillbehör

Volkswagen Personbilar
Polo 8% 10% 8%
Golf, Jetta, EOS, Touran 8% 10% 8%
Samt Beetle

Passat, Tiguan och Sharan 8% 10% 8%
Touareg 8% 10% 8%

Audi
A3 8% 10% 8%
A4 8% 10% 8%
A6, A5 8% 10% 8%
Q7 8% 10% 8%

Skoda
Fabia 8% 10% 8%
Roomster 8% 10% 8%
Oktavia 8% 10% 8%
Superb 8% 10% 8%
Praktik 8% 10% 8%

Volkswagen Transportbilar
Caddy 8% 10% 8%
Transporter 8% 10% 8%
Multivan 8% 10% 8%
Crafter 8% 10% 8%

SEAT
Ibiza 8% 10% 8%
Leon 8% 10% 8%
Altea 8% 10% 8%
Alhambra 8% 10% 8%

Audi A8, S8, S6, RS6, RS4 samt S5 offereras separat. Volkswagen Phaeton, samt nya Passat CC offereras separat.

Nya modeller läggs till i avtalet varefter de introduceras på den svenska marknaden. Ovanstående rabatter kan ej kombineras med kampanjpriser, tillfälliga erbjudanden eller Specialpriser. Vissa bilmodeller utrustningsdetaljer samt paketutrustning är nettoprissatta och omfattas ej heller av nedanstående rabatter. Vilka bilmodeller som är nettoprissatta framgår av Bilaga 1.


Del 3.

Bonus
Vid köp eller leasing av fabriksnya bilar utgår utöver rabatt från levererande ÅF även en bonus. Denna bonus utbetalas från VGS via LRF Samköp till kund enligt följande:

Bonus Bonus
Exklusive moms Inklusive moms
Volkswagen Personbilar
Polo 2 080 kr 2 600 kr
Golf, Jetta, Beetle, Touran EOS 3 280 kr 4 100 kr
Passat, Tiguan 3 950 kr 4 938 kr
Sharan och Touareg 4 200 kr 5 250 kr

Audi
A3 3 280 kr 4 100 kr
A4 3 800 kr 4 750 kr
A6, A5 4 200 kr 5 250 kr
Q7 4 800 kr 6 000 kr

Skoda
Fabia 2 080 kr 2 600 kr
Roomster 2 080 kr 2 600 kr
Praktik 3 000 kr 3 750 kr
Octavia 3 120 kr 3 900 kr
Superb 3 680 kr 4 600 kr

Seat
Ibiza 2 080 kr 2 600 kr
Leon 3 120 kr 3 900 kr
Altea 3 120 kr 3 900 kr
Alhambra 4 200 kr 5 250 kr

Volkswagen Transportbilar
Caddy, Transporter
Multivan samt Crafter 3 200 kr 4 000 kr

Utbetalning sker av VGS i efterskott mot insändande av kopia på ordersedeln samt inköpsorder från LRF.

Bonus utgår ej för nettoprissatta modeller, samt ej heller för specialerbjudanden. LRF kan välja att A) Nyttja avtalet enligt skrivning. Alternativ B) Nyttja specialerbjudandet således ej ej en kombination av båda.
Bonus utgår heller icke på separat tecknade avtal. Vilka bilmodeller som är nettoprissatta framgår av Bilaga 1.

Del 4.
Garanterat Återköp
24 mån 36 mån 36 mån
5 000 mil 7 500 mil 9 000 mil
Volkswagen Personbilar
Polo 60% 55% 52%
Golf, Jetta, Beetle, Touran EOS 60% 55% 52%
Passat, Tiguan och Sharan 60% 55% 52%
Touareg 60% 55% 52%

Audi
A3 60% 55% 52%
A4 (Ej S4) 60% 55% 52%
A6 (Ej S6+RS6) 60% 55% 52%

Skoda
Fabia 58% 55% 52%
Roomster 58% 55% 52%
Praktik 48% 45% 42%
Octavia 60% 55% 52%
Superb 60% 55% 52%

Seat
Ibiza 58% 55% 52%
Leon 60% 55% 52%
Altea 60% 55% 52%
Alhambra 60% 55% 52%

Över respektive undermil justeras med 0,002% av bilens nettopris exklusive moms. Max 500 undermil.

Audi Avant + 3%
Volkswagen Variant +3%
Garanterat återköp gäller ej för Volkswagen Phaeton, samt nya Passat CC
Garanterat återköp gäller under förutsättning att bilen behåller samma brukare under avtalsperioden.

Garanterat återköp gäller endast personbilar som ägs av juridisk person och beräknas på bilens nettopris efter rabatt vid köptillfället.

Återköpsvärdet är beräknat på grundmodellens nettopris och gäller således ej tillbehör och extrautrustning. Exempelvis gäller återköpsvärdet på en Passat Highline inklusive tillhörande utrustning, men ej automatlåda till samma bil.




Del 5.

Förmedlingsersättning

För bilar levererade enligt detta ramavtal erhåller LRF Samköp AB en förmedlingsersättning enligt följande volymstege:

201-400 bilar 401-600 bilar 601-800 bilar 801-1000 bilar 1000 – bilar
1200 kr 1 400 kr 1 600 kr 1 900 kr 2 000 kr

VGS betalar ut en preliminär summa om 1 400 kr per bil i förskott och efter årets slut görs en avräkning mot det verkliga antalet fordon som är uttagna på detta avtal.

Del 6.

Service och reparationsavtal

Vad ingår i ett service och reparationsavtal – vad ingår inte?

Service och reparationsavtal omfattar:
• Personbilar och transportbilar
• Nya bilar
• Taxi
• Gäller hos samtliga återförsäljare i Sverige samt auktoriserade verkstäder i Europa.
• Kan tecknas av både privatpersoner och företag


Arbeten som ingår i ett service och reparationsavtal:
• Ordinarie originalservice inklusive milbundna intervalltillägg i enlighet med Svenska Volkswagens rekommendationer.
• Nödvändiga reparationer av mekaniska och elektriska fel eller skador som orsakats av normalt slitage och normalt bruk av bilen.
• Torkarblad bytes enbart vid ordinarie original servicetillfälle om behov föreligger enligt återförsäljarens fackmannamässiga bedömning.
• Oljor, säkringar, glödlampor samt spolarvätska ersätts/påfylles endast vid ordinare original servicetillfälle, om behov föreligger.
• Reparation av extrautrustning under förutsättning att detta särskilt skriftligen överenskommits mellan kund och återförsäljare. Undantaget vad som specificerats i 5.2 ”Allmänna Villkor”.






Tilläggstjänster:
• Däck
• Hjulskifte
• Hämta/lämna service
• Ersättningsbil
• Tvätt
• Smörjningar

OBS! Tilläggstjänster till Service och reparationsavtalet kan endast erbjudas och tillhandahållas av den lokala återförsäljaren.

Arbete, delar och händelser som inte ingår i avtalet:
• Fel och skador som inte omfattas av garantier, försäkringar eller motsvarande.
• Fel eller skador som normalt omfattas av eventuell maskinskadeförsäkring eller drivlineförsäkring. (Detta ingår i regel i bilförsäkringen, vanligtvis upp till 10 000 mil). Dvs avtalet omfattar inte skador på motor eller växellåda, såvida detta inte särskilt skrivits in i avtalet.

Fel eller skador som beror på:
• Vårdslöshet försummelse, vanvård, felaktigt handhavande eller överbelastning.
• Brand, naturkatastrofer, krig, eller annan händelse av force majeure karaktär
• Att fordonet varit inblandat i en olycka.
• Att fordonet har brukats för tävlingskörning eller motsvarande.
• Att annat bränsle eller oljor eller vätskor än sådana som anges i fordonets instruktionsbok använts.
• Inbrott, stöld, eller skadegörelse av fordonet.
• Glas, lack eller korrosions- och karosskador.
• Bärgningskostnader och startbogseringar.
• Fel eller skador som beror på: att produkter infogats i eller tillförts fordonet. Eller fel eller skador på sådana produkter som inte är godkända av Svenska Volkswagen.
• Kostnader för självrisk i försäkringsärenden.
• Drivmedel
• Stilleståndsersättning
• Åtgärder på eller utbyte av fälgar, såvida detta inte omfattas av tilläggstjänster.
• Fabriksmonterade mobiltelefoner och tillbehör till mobiltelefoner.


Detta avtal har upprättats i tre likalydande exemplar av vilka respektive part har erhållit var sitt-


Södertälje 2008- - Stockholm 2008- -

Svenska Volkswagen AB LRF Samköp AB



……………………………………. …………………………………….
Nils Göran Jonsson Peter Carlén





…………………………………….
Hans Wedar

Bilaga 1.

En förteckning över nettoprissatta modeller som ej ingår i avtalet:


Volkswagen Personbilar
Inga modeller för närvarande

Volkswagen Transportbilar
Caddy Company
Transporter Company

Audi
Inga modeller för närvarande

SEAT
Inga modeller för närvarande

Skoda
Inga modeller för närvarande
Translation - English
FRAMEWORK AGREEMENT

Volkswagen Group Sverige AB – Din Bil Sverige AB – LRF SAMKÖP AB

The contracting parties

LRF Samköp AB Volkswagen Group Sverige AB Din Bil Sverige AB
Box 92163
105 33 Stockholm 151 88 Södertälje 120 08 Stockholm

Volkswagen Group Sverige AB, (hereinafter referred to as ”VGS”), Din Bil Sverige AB, (hereinafter referred to as DBS) and LRF Samköp AB (hereinafter referred to as LRF Samköp) have concluded the following Agreement:

1. General terms and conditions
2. Car discounts
3. Bonuses
4. Part-exchange warranty
5. Agent’s fee
6. Service and Repair Agreement

Appendix 1 A list of non-discount or bonus-based agreements, and
Appendix 2 General terms and conditions of the Service and Repair Agreement.

Section 1

General terms and conditions

Term of validity
This agreement shall be valid from 1 January 2008 to 31 December 2008. The agreement shall be renewable automatically for a period of 12 months at a time, unless it is terminated in writing at least three months before the expiry of the validity period. In addition, if either party fails to comply with the terms and conditions specified in the agreement, the other shall be entitled to terminate the agreement with immediate effect.

Scope
This Framework Agreement shall apply to deliveries of vehicles from VGS via the dealer, referred to as “dealer” below, to members with a business in the land/forest/agriculture industries and to companies and organisations who are members of LRF and have been approved by LRF Samköp. Moreover, the Agreement shall apply to LRF members who frequently use their cars in the performance of their duties.

Valuation of trade-in cars
Where a car is traded in, it shall be valued on an individual basis, taking into account the situation of the market and local price levels. The price difference between a trade-in car and a new car shall be determined by agreement between the buyer and the dealer concerned.

Price adjustments
We reserve the right to adjust prices during the validity period, but this shall not apply to agreements already concluded.

Warranties
The local dealer shall provide information concerning applicable warranties.

Orders
LRF Samköp shall send an order confirmation to VGS in respect of each car to be purchased or leased.

Terms of payment
Invoices shall be addressed to the customer or the customer’s subsidiary.

Purchases: Invoices shall be settled within 30 days net in the case of legal persons, and in cash in the case of private persons.

Leasing: Monthly in advance.

Review powers apply. Interest on late payments shall be charged according to the Swedish Interest Act.

Terms of delivery
Deliveries shall be made free of charge to Volkswagen, Audi, Škoda and SEAT dealers. The costs of transportation to any location other than that of the dealer who signed the order shall be borne by the customer.

Delivery time
Cars from own warehouse: Within 2-3 weeks of the order date.

Cars ordered from factory Within 8-16 weeks of the order date, or as per information provided at the time the order was placed.

Special constructions Available as a separate offer.

Registration charge
SEK 450, inclusive of VAT, per car. This shall not apply to legal persons.

Disputes
Any disputes which may arise from this Agreement, or from the legal relationship under this Agreement, shall be settled in accordance with the Swedish Arbitration Act and with the involvement of arbitrators and the Arbitration Institute of the Swedish Chamber of Commerce.

Information requirement
VGS undertakes to keep LRF informed at all times of the current prices of different car models, bonus limits and other particulars deemed relevant by both parties for the purpose of the continued application of the Agreement.
LRF undertakes to disseminate information on the Framework Agreement and the products within its organisation.

Contact persons

Hans Wedar LRF Samköp +46 8-787 59 14, mobile +46 70-566 53 15
E-mail: [email protected]

Nils Olsson Volkswagen Personbilar +46 8-553 867 74, mobile +46 70-358 68 21
E-mail: [email protected]

Martin Stenport Volkswagen Transportbilar +46 8-553 869 52, mobile +46 70-48 69 52
E-mail: [email protected]

Per Groth Audi Sverige +46 8-553 865 16, mobile +46 70-644 25 13
E-mail: [email protected]

Claes Nylander Škoda Sverige +46 8-553 865 00, mobile +46 70-210 23 67
E-mail: [email protected]

Ola Hall SEAT +46 8-553 866 35
E-mail: [email protected]

Section 2

Discounts
Members and organisations covered by this Agreement shall receive discounts listed below in respect of the purchase or lease of new cars:

Make Discount Discounted factory accessories, Harbour accessories
and accessories and optional
extras mounted in Sweden

Volkswagen passenger cars
Polo 8% 10% 8%
Golf, Jetta, EOS, Touran, 8% 10% 8%
and Beetle

Passat, Tiguan and Sharan 8% 10% 8%
Touareg 8% 10% 8%

Audi
A3 8% 10% 8%
A4 8% 10% 8%
A6, A5 8% 10% 8%
Q7 8% 10% 8%

Škoda
Fabia 8% 10% 8%
Roomster 8% 10% 8%
Oktavia 8% 10% 8%
Superb 8% 10% 8%
Praktik 8% 10% 8%

Volkswagen delivery vans
Caddy 8% 10% 8%
Transporter 8% 10% 8%
Multivan 8% 10% 8%
Crafter 8% 10% 8%

SEAT
Ibiza 8% 10% 8%
Leon 8% 10% 8%
Altea 8% 10% 8%
Alhambra 8% 10% 8%

Audi A8, S8, S6, RS6, RS4 and S5 shall be available under a separate offer. Volkswagen Phaeton and the new Passat CC shall be available under a separate offer.

New models shall be added to the Agreement as they are introduced to the Swedish market. The discounts above may not be combined with campaign prices, temporary or special offers. Certain models’ accessory details and package equipment shall be charged at net price and shall not be covered by the discounts below, either. Appendix 1 includes a list of the models charged at net price.


Section 3

Bonuses
In addition to the discount, the supplying dealer shall also offer a bonus in respect of brand new cars. The bonus shall be paid by VGS via LRF Samköp to the customer, as follows:

Bonus Bonus
Exclusive of VAT Inclusive of VAT
Volkswagen passenger cars
Polo SEK 2 080 SEK 2 600
Golf, Jetta, Beetle, Touran EOS SEK 3 280 SEK 4 100
Passat, Tiguan SEK 3 950 SEK 4 938
Sharan and Touareg SEK 4 200 SEK 5 250

Audi
A3 SEK 3 280 SEK 4 100
A4 SEK 3 800 SEK 4 750
A6, A5 SEK 4 200 SEK 5 250
Q7 SEK 4 800 SEK 6 000

Škoda
Fabia SEK 2 080 SEK 2 600
Roomster SEK 2 080 SEK 2 600
Praktik SEK 3 000 SEK 3 750
Octavia SEK 3 120 SEK 3 900
Superb SEK 3 680 SEK 4 600

Seat
Ibiza SEK 2 080 SEK 2 600
Leon SEK 3 120 SEK 3 900
Altea SEK 3 120 SEK 3 900
Alhambra SEK 4 200 SEK 5 250

Volkswagen delivery vans
Caddy, Transporter
Multivan and Crafter SEK 3 200 SEK 4 000

Payment shall be made by VGS in arrears against a copy of LRF’s order sheet and purchase order.

No bonus shall be payable in respect of models charged at net price or on special offer. LRF shall have the option of: a) adhering to the Agreement as written, or b) applying the special offer, but may not use a combination of both.
Equally, no bonus shall be payable in respect of agreements concluded independently. Appendix 1 includes a list of the models charged at net price.




Section 4
Part-exchange warranty
24 months 36 months 36 months
50 000 km 75 000 km 90 000 km
Volkswagen passenger cars
Polo 60% 55% 52%
Golf, Jetta, Beetle, Touran EOS 60% 55% 52%
Passat, Tiguan and Sharan 60% 55% 52%
Touareg 60% 55% 52%

Audi
A3 60% 55% 52%
A4 (excluding S4) 60% 55% 52%
A6 (excluding S6+RS6) 60% 55% 52%

Škoda
Fabia 58% 55% 52%
Roomster 58% 55% 52%
Praktik 48% 45% 42%
Octavia 60% 55% 52%
Superb 60% 55% 52%

Seat
Ibiza 58% 55% 52%
Leon 60% 55% 52%
Altea 60% 55% 52%
Alhambra 60% 55% 52%

Any mileage over the minimum permitted mileage shall be adjusted by 0.002% of the car’s net price excluding VAT. Minimum permitted mileage shall be 5 000 km.

Audi Avant + 3%
Volkswagen Variant +3%
Part-exchange warranty shall not apply to Volkswagen Phaeton or to the new Passat CC.
Part-exchange warranty shall apply on the condition that the car does not change users during the validity period.

Part-exchange warranty shall only apply to passenger cars owned by legal persons and shall be calculated on the basis of the car’s net price after discount at the time of purchase.

The part-exchange value has been calculated on the basis of the basic model’s net price and shall, therefore, not apply to accessories or optional extras. For example, part-exchange shall apply to a Passat Highline, including the associated accessories, but not to the car’s automatic gearbox.

Section 5

Agent’s fee

LRF Samköp AB shall receive an agent’s fee in respect of cars delivered under this Agreement, according to the following volume scale:

201-400 cars 401-600 cars 601-800 cars 801-1000 cars 1000 – cars
SEK 1200 SEK 1 400 SEK 1 600 SEK 1 900 SEK 2 000

VGS shall pay a preliminary sum of SEK 1 400 per car in advance, and at the end of the year the actual number of vehicles purchased under this Agreement shall be calculated.


Section 6

Service and Repair Agreement

What is included in the Service and Repair Agreement, and what isn’t?

The Service and Repair Agreement shall cover:
• Passenger cars and delivery vans
• New cars
• Taxi
• It is valid at all dealers in Sweden and authorised workshops in Europe.
• May be concluded by private persons and companies alike

Services included in the Service and Repair Agreement:
• Standard service, including mileage-dependent interval additions, according to Svenska Volkswagens’ recommendations.
• Necessary repair of mechanical or electrical defects or damage caused by standard wear and tear and normal car use.
• Wiper blades shall be replaced at the original servicing only, if deemed necessary in the dealer’s professional opinion.
• Oils, fuses, lamps and windshield washer fluid shall be replaced/refilled at the original servicing only, if necessary.
• Additional accessories shall be repaired subject to a specific written agreement between the customer and the dealer. For exceptions, please see the specification under 5.2 “General terms and conditions.”

Additional services:
• Tyres
• Wheel replacement
• Pick-up and drop-off service
• Replacement car
• Car wash
• Lubrication
NB! Additional services under the Service and Repair Agreement shall be offered and supplied by the local dealer only.

Services, parts and events not covered by the Agreement:
• Defects and damage not covered by warranties, insurance or the like.
• Defects and damage normally covered by any type of mechanical breakdown insurance or driveline insurance. (These are typically included in car insurance, usually up to 100 000 km). This means that the Agreement shall not cover engine or gearbox damage, unless specifically provided for by the Agreement.

Defects or damage caused by:
• Carelessness, neglect, improper servicing or handling, or overloading.
• Fire, natural disaster, war or other event of force majeure.
• The vehicle’s involvement in an accident.
• The use of the vehicle in car racing or similar events.
• The use of fuels, oil or liquids, other than those specified in the vehicle instruction manual.
• Burglary, theft or material damage to the vehicle.
• Glass, enamel or bodywork damage, or damage due to corrosion.
• The costs of recovery or start-up assistance.
• The installation or addition of products to the vehicle, or defect or damage to products not approved by Svenska Volkswagen.
• The cost of excess for insurance purposes.
• Fuel
• Loss of use
• Work performed on, or the replacement of, wheel rims, unless included in the additional services.
• Factory-mounted mobile phones or mobile phone accessories.


This Agreement has been prepared in three identical copies, one for each party.


Södertälje, (day) (month) 2008 Stockholm, (day) (month) 2008

Svenska Volkswagen AB LRF Samköp AB



……………………………………. …………………………………….
Nils Göran Jonsson Peter Carlén




…………………………………….
Hans Wedar

Appendix 1

A list of models charged at net price which are not included in the Agreement:


Volkswagen passenger cars
No models currently on offer

Volkswagen delivery vans
Caddy Company
Transporter Company

Audi
No models currently on offer

SEAT
No models currently on offer

Škoda
No models currently on offer
Slovenian to English: Roads
Source text - Slovenian
REDNO VZDRŽEVANJE DRŽAVNIH CEST

1. VRSTA / TIP POGODBE

Redno vzdrževanje in varstvo državnih cest je obvezna gospodarska javna služba, v okviru katere se izvaja vzdrževalna dela za ohranjanje državnih cest v takem stanju, da je zagotovljena prometna varnost in prevoznost državnih cest, nadzor nad stanjem državnih cest in njihovega varovalnega pasu ter vzpostavitev prevoznosti cest ob naravnih in drugih nesrečah. Vzdrževanje državnih cest se deli na letno in zimsko vzdrževanje. Letno vzdrževanje se izvaja od 16. marca do 15. novembra tekočega leta, zimsko pa do 16. novembra do 15. marca naslednjega leta.

Nivo zagotavljanja storitev rednega vzdrževanja je opredeljen s Pravilnikom o vrstah vzdrževalnih del in nivoju rednega vzdrževanja javnih cest in vsakoletnimi zagotovljenimi sredstvi s strani naročnika. Sredstva pa se zagotavljajo iz proračuna Republike Slovenije.

Letni obseg del rednega vzdrževanja cest se pripravi na podlagi potreb, ki jih narekuje stanje cest. Pred izvedbo javnega razpisa za izvajanje del rednega vzdrževanja državnih cest, se obseg del prilagodi na razpoložljiva sredstva, ki jih za redno vzdrževanje zagotovi upravljalec cest v državnem proračunu. Osnove za izračun cen posameznih postavk del so vzete iz preteklega obdobja, zvišane za letno stopnjo inflacije. V kolikor izvajalci vzdrževalnih del na javnem razpisu ponudijo višje cene od predvidenih, se izvede postopek s pogajanji za postavke, kjer so ponujene cene previsoke. Z vsakoletnim razpisom, ki se izvede glede na potrebe, vendar v obsegu, ki ga omogočajo razpoložljiva sredstva, se le delno dosega standard vzdrževanosti cest.

Redno vzdrževanje hitrih, glavnih in regionalnih cest, ki so opredeljena v Pravilniku o vrstah vzdrževalnih del na javnih cestah in nivoju rednega vzdrževanja javnih cest obsega naslednje skupine opravil:
1. pregledniška služba;
2. redno vzdrževanje prometnih površin;
3. redno vzdrževanje bankin;
4. redno vzdrževanje odvodnjavanja;
5. redno vzdrževanje brežin;
6. redno vzdrževanje prometne signalizacije in opreme;
7. redno vzdrževanje cestnih naprav in ureditev;
8. redno vzdrževanje vegetacije;
9. zagotavljanje preglednosti;
10. čiščenje cest;
11. redno vzdrževanje cestnih objektov;
12. podpora pri nadzoru osnih obremenitev, skupnih mas in dimenzij vozil;
13. intervencijski ukrepi;
14. zimska služba
15. administrativna in tehnična pomoč pri upravljanju državnih cest

Redna vzdrževalna dela se glede na kategorijo cest in pomembnosti opravila razvrščajo v tri prednostne razrede:
- prvi prednostni razred (neodložljiva dela, katerih opustitev lahko ogrozi cesto in varnost prometa na njej in se izvajajo se v skladu z izvedbenim programom oz. nemudoma po ugotovitvi pomanjkljivosti)
- drugi prednostni razred (dela, ki so nujno potrebna in se izvajajo se v skladu z roki, določenimi v izvedbenem programu vzdrževanja)
- tretji prednostni razred (dela, katerih opustitev neposredno ne ogroža ceste in varnosti prometa, so pa potrebna za ohranjanje funkcionalnosti in urejenosti ceste. Izvajajo se v skladu z izvedbenim programom oziroma po ugotovitvi pomanjkljivosti)

Za izvajanje razpisanih del mora biti torej zagotovljena ustrezna organiziranost ter ustrezne tehnične in kadrovske zmogljivosti izvajalca. Vzdrževanje cest mora biti organizirano tako, da:
- je ob upoštevanju prometnih pravil in posebnih pogojev (vremenske razmere) omogočena varna uporaba cest;
- je upoštevan pomen ceste v prostoru in gospodarnost vzdrževanja.

Dela se oddajajo dvostopenjsko. V 1. fazi po postopku s predhodnim ugotavljanjem sposobnosti, ko lahko katerikoli gospodarski subjekt, ki ustreza vsem zahtevanim razpisnImi pogojem, predloži prijavo k sodelovanju in ni javnega odpiranja ponudb.

Ponudnikom, ki izpolnjujejo zahteve in pogoje iz razpisne dokumentacije se prizna sposobnost za obdobje treh let. Po sprejemu odločitve o priznanju sposobnosti naročnik ponudnike obvesti o svoji odločitvi. Naročnik si pridružuje pravico, da že pred iztekom obdobja, za katero je ponudnikom priznal sposobnost, ponovno izvede postopek oddaje tega naročila in na novo prizna sposobnosti ponudnikom. Sposobnosti, priznane po predhodnem postopku s tem avtomatično ugasnejo.

V 2. fazi ponudbo za oddajo del rednega vzdrževanja lahko oddajo samo kandidati, ki jih na podlagi podeljene usposobljenosti v 1. fazi povabi naročnik.

Vsebina pogodbe za redno vzdrževanje in varstvo državnih ceste je enaka za celotno območje Republike Slovenije in obsega:
- uvodne določbe
- predmet pogodbe
- pogodbena vrednost del
- določa roke za izvedbo del
- opredeljuje način obračunavanja opravljenih del
- opredeljuje obveznosti in pravice izvajalca in naročnika
- določa strokovni nadzor
- opredeljuje zamudo izvajalca in pogodbene kazni za zamudo
- končne določbe

Upravljavec državnih cest sklene enoletno pogodbo z najugodnejšimi ponudniki po posameznih območjih. Tako je za vsako leto za izvajanje del rednega vzdrževanja državnih cest sklenjeno devet pogodb z devetimi izvajalci. Dela se izvajajo na podlagi pripravljenega in s strani strokovnih služb potrjenega letnega plana vzdrževanja.

V tabeli 1 so razvidni skupni stroški za opravljena dela rednega vzdrževanja cest po letih od 01.09.2003 do 31.08.2006 po posameznih vrstah del:

Dela RV Vrednost del od 01.09.03-31.08.04 Vrednost del od 01.09.04-31.08.05 Vrednost del od 1.09.05-31.08.06
Redno letno vzdrževanje cest 10.250.918,170 12.618.368,700 13.224.574,250
Zimska služba* 11.255.765,210 11.599.386,900 15.467.994,250
Prometna signalizacija 1.017.788,070 1.877.778,450 1.466.908,270
Soglasja 414.417,883 430.076,980 553.623,800
Strojno krpanje 2.245.156,780 1.469.076,240 2.913.553,470
Obnova odvodnjavanja 310.192,300 847.329,000 722.332,890
Manjša popravila zidov 208.646,300 228.640,120 451.719,010
Elementar (G ceste) 39.949,770 160.919,000 219.961,00
Elementar (R ceste) 795.531,000 1.233.226,810 1.996.133,00
Sanacija poškodb po zimi 1.300.396,090 619.029,710 12.518.778,170
Kontrola osnih pritiskov 214.104,100 220.195,790 242.393,520
Vzdrževanje signalnih naprav 1.084.542,000 1.203.602,720 559.277,190
Redno vzdrževanje objektov (manjša popravila objektov) 229.510,930 246.202,640 258.721,420
Varnostne ograje in označbe 4.540.752,000 5.224.611,000 5.741.930,000
Skupaj 33.907.670,600 37.978.444,060 56.337.900,240
Vir: VGRC
* posipni material ni vštet
Tabela 1: Prikaz celotnih stroškov za RV cest od 01.09.2003 do 31.08.2006 v EUR (z DDV)

Vsem uporabnikom cest mora biti pod kar se da enakimi pogoji omogočena prevoznost, dostopnost in varnost na cestah. V primeru višje sile (naravne nesreče, izredne snežne padavine, izjemne situacije…), ki jih ni mogoče vnaprej predvideti, lahko naročnik, če je to potrebno, poleg izbranega izvajalca angažira dodatne izvajalce (ki so registrirani za enako ali podobno dejavnost) za izvajanje tistih del rednega vzdrževanja, ki bi v primeru, da niso pravočasno opravljena, naročniku povzročila škodo. S temi izvajalci se sklene posebna pogodba.


2. TVEGANJA

Izvajalec se s pogodbo zavezuje, da bo izvršil dela solidno in kvalitetno, v skladu z veljavnimi tehničnimi predpisi, standardi in gradbenimi normativi.
Kot finančno zavarovanje naročnik zahteva garancijo banke ali zavarovalnice in sicer:
- Garancija za resnost ponudbe (v višini 3% ocenjene vrednosti naročila), katera ne sme biti krajša od veljavnosti ponudbe
Garancijo za resnost ponudbe naročnik unovči, če ponudnik:
- po odpiranju ponudb svojo ponudbo umakne
- v določenem roku ne predloži zahtevanih stvarnih dokazil za navedbe v ponudbi
- zavrne sklenitev pogodbe
- po sklenitvi pogodbe ne predloži garancije za dobro izvedbo pogodbenih obveznosti v roku, določenem v razpisni dokumentaciji
- Garancija za dobro izvedbo pogodbenih obveznosti
Pogodba določa, da je potrebno najkasneje v 10 dneh po sklenitvi pogodbe predložiti garancijo za dobro izvedbo pogodbenih obveznosti v višini 10% pogodbene vrednosti in mora veljati še najmanj 90 dni po roku za izvedbo naročila. Če se rok za izvedbo naročila podaljša, je potrebno temu ustrezno podaljšati veljavnost garancije.
Garancijo za dobro izvedbo pogodbenih obveznosti naročnik unovči, če izvajalec svojih obveznosti do naročnika ne izpolni skladno s pogodbo, v dogovorjeni kvaliteti, količini in roku. Garancijo unovči tudi za kritje zapadlih obveznosti izvajalca do podizvajalcev in kooperantov, ki sodelujejo pri izvedbi naročila, če izvajalec teh obveznosti ne poravna.
- Garancija za odpravo napak v garancijskem roku
Če se v pogodbi zahteva garancijo za brezhibno delovanje in odpravo napak v garancijskem roku, jo mora izvajalec naročniku izročiti skladno z določili pogodbe.

Pogodbena cena je fiksna do dokončanja del in pogodbeni izvajalec ni upravičen do podražitev.

3. PLAČILO

Dela po podpisani pogodbi se izvajajo in obračunavajo skladno s podpisano pogodbo, sprejetim rebalansom proračuna za tekoče leto in predpisano dinamiko plačil.

Opravljena dela po potrjenem mesečnem izvedbenem programu del izvajalec obračunava po enotnih cenah iz ponudbenega predračuna preko sistema VGRC (internetna aplikacija za obračun vzdrževanja glavnih in regionalnih cest). Vsak mesec dostavi mesečno situacijo o opravljenem delu v pregled in potrditev naročniku. Naročnik je dolžan račun oziroma situacijo v roku 15 dni po prejemu potrditi oziroma zavrniti. Plačilo je izvedeno 30. dan po uradnem prejemu računa oziroma situacije.

V primeru zamude oz. prekoračitve roka za izvedbo del, določenih v potrjenem mesečnem programu del ima naročnik pravico obračunati pogodbeno kazen v skladu s pogodbenim določilom.

Za izboljšave v okviru rednega vzdrževanja izvajalci nimajo nikakršnih vzpodbud.

Zamud pri plačilih načeloma ni, saj so vsa sredstva v proračunu s podpisom pogodbe že rezervirana.


4. PODATKI

Direkcija Republike Slovenije za ceste je po Zakonu o javnih cestah pristojna in odgovorna za upravljanje in vzdrževanje 6.001,486 km državnih cest, kamor pa ne sodi upravljanje avtocest. Celotno omrežje teh cest je razdeljeno na 9 sklopov, ki so prikazani v sliki 1. Razmejitve cest med posameznimi sklopi so podane k vsebini razpisne dokumentacije v 1. fazi in v 2. fazi oddaje del k pogodbam.

Državne ceste se v skladu z Zakonu o javnih cestah delijo na hitre ceste (H), glavne ceste I. reda (G 1), glavne ceste II. reda (G 2), regionalne ceste I. reda (R 1), regionalne ceste II. reda (R 2), regionalne ceste III. reda (R 3) in regionalne ceste III. reda – turistične ceste (RT) – tabela 2.


Tabela 2: prikaz delitve cest po posameznih sklopih:

H G1 G2 R1 R2 R3 RT Skupaj
sklop 1 63.348 51.230 86.144 235.916 264.173 42.671 743.482
sklop 2 10.377 122.944 122.291 91.914 281.527 44.948 674.001
sklop 3 92.931 25.027 53.424 149.212 202.869 88.803 612.266
sklop 4 5.242 9.674 27.948 162.756 86.526 100.798 133.241 526.185
sklop 5 2.900 135.210 132.432 227.553 340.158 44.435 882.688
sklop 6 150.390 19.036 35.215 155.391 261.334 128.330 749.696
sklop 7 53.775 5.378 74.656 133.079 186.901 453.789
sklop 8 21.839 30.940 88.171 223.990 127.662 433.212 147.686 1.073.500
sklop 9 78.448 44.505 21.059 141.867 285.879
27.081 492.783 474.944 935.413 1.228.312 2.212.839 630.114 6.001.486

Javno cesto sestavljajo cestno telo, cestni objekti, naprave za odvodnjavanje ceste, brežine ceste, cestni svet (širina odvisna od kategorije ceste: regionalne ceste 15 m, glavne ceste 25 m, hitre ceste 35 m), zračni prostor nad voziščem v višini 7 m, prometne površine, kot so počivališča, parkirišča, avtobusna postajališča in obračališča, površine za pešce in kolesarje na cestišču ceste, priključki na cesto v širini cestnega sveta, prometna signalizacija in oprema, cestne naprave, namenjene varnosti prometa, zaščiti ceste ter zemljišč in objektov vzdolž ceste ter naprave za evidentiranje prometa.

Slika 1. Grafični prikaz sklopov 1-9


Razpisna dokumentacija za priznanje usposobljenosti ponudnika v 1. fazi postopka oddaje del obsega:
- status ponudnika (potrdila, dokazila)
- organizacijski pogoji (v okviru vsakega sklopa je potrebno zagotoviti ustrezno število vzdrževalnih enot, ki pokrivajo od 100 do 250 km cestnega omrežja, v največ eni uri in pol dosežejo skrajno točko cestnega omrežja, ki ga pokrivajo ter zagotovijo enoten standard vzdrževanja cest v okviru posameznega sklopa in napram sosednjim sklopom.)
- ekonomsko-finančna sposobnost (predpisan skupni prihodek ponudnika v zadnjih treh letih za vsak sklop posebej)
- kadrovske zmogljivosti (ponudnik zagotavlja ustrezno število redno zaposlenih in strokovno usposobljenih kadrov)
- tehnične zmogljivosti (objekti, deponije, skladišča, potrebna mehanizacija in oprema za izvajanje rednega vzdrževanja)
- reference (dokazila o referenčnem delu skladno s predlogo v razpisni dokumentaciji)
- drugi naročnikovi pogoji (vključevanje v enoten sistem vodenja dokumentacije, neunovčena bančna garancija v zadnjih dveh letih, brez strokovnih napak pri izvedbi, ločene evidence, skladišča, če opravlja izvajalcev dela za več naročnikov)

Sestavni del razpisne dokumentacije v fazi priprave ponudb so še:
- seznami cest
- seznam del rednega vzdrževanja
- navodila za uporabo informacijskega sistema vzdrževanja državnih cest (VGRC)
- obrazci za izpolnjevanje banke cestnih podatkov
- obrazec – mesečni plan del
- izvedbeni program zimske službe
- varnostni načrt
- posebni tehnični pogoji za redno vzdrževanje prometne signalizacije in opreme na državnih cestah

Vsak pogodbeni izvajalec je dolžan naročnika preko internetne aplikacije vzdrževanja glavnih in regionalnih cest (VGRC) vsak dan sproti obveščati o naslednjih delih oziroma stanju cest:

- zapore na cestah (zaradi vzdrževalnih del, elementarnih dogodkov in ostalih nesreč);
- vzdrževalnih delih za tekoči dan (do 7.00 ure zjutraj ali pa en dan prej);
- dejanski obračun izvedenih del je izvajalec dolžan vnesti najkasneje v petih (5) dneh po končanih delih
- stanje posipnih materialov (dnevno ob vsaki spremembi);
- obveščanje o zimski službi (kritična mesta, dežurstvo).

V 100 % standardu se izvajajo pregledi cest, krpanje udarnih jam in intervencijske skupine. Cestni preglednik mora v 8 urah pregledati in odpravljati pomanjkljivosti na 50 km cest. O svojem delu vodi pregledniški dnevnik, ki je redno kontroliran s strani nadzornika nad rednim vzdrževanjem cest. Preglednika se ne sme razporejati na druga dela.

Pregledniška dela se opravljajo:
 trikrat dnevno na avtocestah in hitrih cestah,
 enkrat dnevno na glavnih cestah, glavnih mestnih cestah in drugih cestah s PLDP > 4000,
 dvakrat tedensko na regionalnih, zbirnih mestnih ali krajevnih cestah,
 enkrat tedensko na lokalnih cestah, mestnih ali krajevnih cestah.

Izvajalec mora svoje poslovanje po podpisani pogodbi prirediti naročnikovemu sistemu za spremljanje poslovanja pri rednem vzdrževanju hitrih, glavnih in regionalnih cest.

Izvajalec je dolžan zadostiti pogojem za redno vzdrževanje prometne signalizacije in prometne opreme na državnih cestah (vertikalna signalizacija, varnostne ograje, označbe na vozišču)

Pogodbeni vzdrževalec mora v času trajanja pogodbe zagotavljati eno osebo, dosegljivo preko telefona 24 ur dnevno vsak dan trajanja naročila za vsak sklop. V času izvajanja zimske službe mora imeti organizirano dežurstvo in pripravljenost v skladu z izvedbenim programom zimske službe.
V času, ko se ne opravlja zimska služba, ko so dela prosti dnevi in izven rednega delovnega časa, pa mora biti organizirana intervencijska skupina, ki jo sestavljata dva delavca z ustrezno opremo (običajno pregledniško vozilo) na 250 do 300 km cest vsakega sklopa.
Izvajalec je dolžan v primeru začasno povečanega obsega del zagotoviti dodatno število tehničnega kadra, delavcev, voznikov, strojnikov ter mehanizacije in tovornih vozil za izvajanje rednega vzdrževanja.

V primeru, da zaposleni, ki so razporejeni na delo z mehanizacijo, zaradi vremenskih razmer dela z mehanizacijo ne morejo opravljati, ali pa delo z mehanizacijo v danem trenutku ni potrebno, le-ti opravljajo vsa druga vzdrževalna dela.

Izvajalec je v okviru določil pogodbe dolžan naročniku pošiljati podatke o izvedenih vzdrževalnih delih za potrebe vodenja evidenc o cestah in objektih ter evidenc opreme in signalizacije, ki so določene z Zakonom o javnih cestah (v skladu s Pravilnikom o načinu označevanja javnih cest in o evidencah o javnih cestah in objektih na njih, za zagotovitev osnovnih podatkov za stalno spremljanja stanja in potrebe gospodarjenja s cestami.

Podatke mora Izvajalec posredovati mesečno na predpisanih obrazcih (glede na elemente ceste) in obrazcih za prometno signalizacijo ter opremo, ki jih določi Naročnik in so sestavni del podpisane pogodbe. Podatki morajo biti umeščeni v odseke in stacionaže iz banke cestnih podatkov (BCP), vezano na stacionažni znak.



5. KVALITETA

Izvajalec je dolžan skladno s predpisi zagotoviti vsa potrebna dokazila o kvaliteti vgrajenih materialov in izvedenih del (t.im. notranja kontrola kvalitete). DRSC svoje pogodbene nadzornike zadolži tudi k organizaciji t.im. zunanje kontrole kvalitete. To pomeni, da vzporedno zagotavlja teste in meritve uporabljenih materialov in izvedenih del s strani usposobljenih in neodvisnih institucij. Rezultate obeh kontrol primerja in v primeru odstopanj ukrepa skladno s pogodbenimi določili (npr. odbitki, reklamacije, unovčitev garancij).

Nadzor nad izvajanjem dela rednega vzdrževanja cest vrši strokovna služba upravljavca cest preko pooblaščenih nadzornikov. Direkcija za ceste z javnim razpisom izbere za opravljanje strokovnega nadzora rednega vzdrževanja cest usposobljeno družbo, ki sklene z Direkcijo RS za ceste pogodbo, v kateri so definirane naloge za izvajanje nadzornih del. Strokovni nadzor se izvaja neposredno in posredno. Neposredni strokovni nadzor se izvaja na terenu in zajema količinski in kakovostni nadzor opravljenih del. Posredni strokovni nadzor zajema preverjanje naročil in situacij, ki jih sestavlja izvajalec vzdrževalnih del v skladu s pogodbo o izvajanju rednega vzdrževanja na državnih cestah ter preverjanje dokumentacije, s katero izvajalec dokazuje izvedbo posameznih del.

Izvajalec mora omogočiti strokovnemu nadzoru vpogled tudi v drugo dokumentacijo, če se iz te lahko pridobi podatke o opravljenih delih.

Izvajalec lahko v primeru, da bo dela izvajalo več izvajalcev, sklene pisni dogovor o izvajanju del, terminskem usklajevanju del ter izvajanju varnostnih ukrepov za varovanje lastnine naročnika in drugih izvajalcev le po predhodnem soglasju naročnika.



6. RAZPISNI POGOJI

(glej tudi poglavje 1)
Pri pregledu ponudb se presojajo le listine in navedbe, ki so predložene skladno z zahtevami iz razpisne dokumentacije v 2. fazi razpisa. Listine in navedbe morajo izkazovati dejanska stanja in dejstva v času oddaje ponudbe.

Merilo za izbiro najugodnejše ponudbe je najnižja ponudbena cena.


7. PARTNERSTVO

Komunikacija med izvajalci vzdrževalnih del in Direkcijo RS za ceste poteka preko strokovne službe, ki opravlja nadzor nad deli rednega vzdrževanja cest. Navodila za izvajanje rednega vzdrževanja so enotna za vso državo. Izvajalci so dolžni o vseh zadevah, ki se dogajajo na cestah sproti obveščati Direkcijo RS za ceste. Ta pa zahteve in obvestila nato posreduje strokovni službi, ki opravlja nadzor nad deli rednega vzdrževanja cest.
Nadzor nad izvedbo vzdrževalnih del nadzorniki izvajajo na terenu. Nadzor tudi sodeluje s predstavniki izvajalcev, usklajujejo delo ter daje navodila, sklicuje in vodi operativne sestanke v zvezi z rednim vzdrževanjem cest z operativnimi vodji del ter predlaga in obvešča naročnika o spremembah planov.

Izvajalci vzdrževalnih del do 25 v mesecu pripravijo plan vzdrževalnih del za prihodnji mesec. Dela se planirajo glede na potrebe in razpoložljiva finančna sredstva. Mesečni plan vzdrževalnih del se izdela po prioritetah del v dogovoru z nadzornikom nad rednim vzdrževanjem cest. Potrdi ga Direkcija RS za ceste.

Izvajalec je dolžan z naročnikom sodelovati tudi pri izvajanju postopkov s področja upravljanja državnih cest, ki se nanašajo na izdajo predhodnih mnenj o možnosti izvedbe določenih del, smernic za načrtovanje izvedbenih planskih aktov, projektnih pogojev, soglasij, dovoljenj, služnostnih pogodb, pogodb o pravici graditi in ostale pripadajoče dokumentacije, za katero so pristojne območne enote Direkcije RS za ceste (DRSC), v skladu s predpisi ter v skladu z operativnim postopkom in načinom, ki mu ga določi vodja območne enote DRSC, ki pokriva določen sklop.
Ob nezakonitih posegih v varovalni pas ceste, cestno telo in zračni prostor cest mora izvajalec v imenu naročnika in v skladu z zakonodajo podati prijavo ustreznim službam.























PERIODIČNO VZDRŽEVANJE DRŽAVNIH CEST (obnove, sanacije) (PERIODIC MAINTENANCE – ROADS)

1. VRSTA / TIP POGODBE

V proračunu Republike Slovenije je na leto na Direkciji Republike Slovenije za ceste (DRSC) odprto cca 700 projektov.

Dela se oddajajo preko javnih razpisov po Zakonu o javnem naročanju (ZJN). Na spletu DRSC se objavljajo vsa javna naročila Direkcije RS za ceste, za katera je po Zakonu o javnem naročanju predpisana javna objava. Objavijo se hkrati z objavo na "Portalu javnih naročil " in umaknejo po preteku roka za oddajo ponudb.

V uporabi je več vrst vzorčnih gradbenih pogodb (enoletne, dvoletne, z ali brez garancije, z ali brez partnerjev, z ali brez sofinancerjev)

Vsebina teh pogodb je v načeloma enaka za celotno območje z večjimi ali manjšimi popravki glede na obseg in vrednost del.


Vsebina pogodbe:

- predmet pogodbe
- pogodbena vrednost del
- rok izvede del (določen že v razpisni dokumentaciji glede na obseg del)
- obveznosti izvajalca in naročnika
- način obračunavanja opravljenih del
- način plačevanja opravljenih del
- pogodbena kazen
- garancijski rok
- pooblaščena predstavnika naročnika in strokovni nadzor
- reševanje sporov v zvezi z izvajanjem pogodbe
- končne določbe

Ponudba je sestavni del pogodbe. Pogodbena dela se izvede na osnovi pripravljene projektne dokumentacije in popisa del. Za manjše investicije pa zadostuje na podlagi pripravljenega dimenzioniranja voziščne konstrukcije le pripravljen popis del.

2. TVEGANJA

Dela po podpisani pogodbi se izvajajo in obračunavajo skladno s podpisano pogodbo, sprejetim rebalansom proračuna za tekoče leto in predpisano dinamiko plačil.

Opravljena dela izvajalec obračunava po enotnih cenah iz ponudbenega predračuna. Vsak mesec dostavi mesečno situacijo o opravljenem delu v pregled in potrditev naročniku. Naročnik je dolžan račun oziroma situacijo v roku 15 dni po prejemu potrditi oziroma zavrniti. Plačilo je izvedeno 30. ali 60. dan (odvisno od proračunske postavke) po uradnem prejemu računa oziroma situacije.

V primeru zamude oz. prekoračitve roka za izvedbo del, določenih v potrjenem mesečnem programu del ima naročnik pravico obračunati pogodbeno kazen v skladu s pogodbenim določilom.

Za izboljšave nimajo nikakršnih vzpodbud.


3. PLAČILO

Opravljena dela izvajalec obračuna po cenah za enoto iz predračuna in po dejansko izvršenih količinah, potrjenih s strani nadzora v knjigi obračunskih izmer.

Zamud pri plačilih načeloma ni, saj so vsa sredstva v proračunu s podpisom pogodbe že rezervirana.


4. PODATKI

V seznamu aktualnih javnih naročil na portalu DRSC ponudniki v "Povabilu k oddaji ponudbe" za posamezno naročilo pridobijo osnovne podatke o naročilu. Omogočen je tudi dostop do razpisne dokumentacije in drugih dokumentov (spremembe, pojasnila,) na podlagi katerih se lahko pripravijo in predložijo ponudbe.

Razpisno dokumentacijo sestavljajo "Specifikacija naročila", kjer je opredeljena vsebina naročila (ponudbeni predračun in opis naročila), "Navodila za pripravo ponudbe", kjer so določena pravila za izdelavo, oddajo in izbor ponudb ter vzorec pogodbene dokumentacije. Pri oddajanju naročil se praviloma uporablja tipsko dokumentacijo z manjšimi ali večjimi dopolnitvami, ki je prilagojena najpogostejšim naročilom direkcije.

Spremembe razpisne dokumentacije za posamezna naročila in različna pojasnila se objavljajo izključno na spletni strani direkcije. Spremembe so sestavni del razpisne dokumentacije in jih je potrebno upoštevati pri pripravi ponudbe. Pojasnila v zvezi z razpisno dokumentacijo se posreduje le na pisna vprašanja, prejeta po pošti, e-pošti ali telefaksu.

Na spletu se objavljajo tudi pomembnejša obvestila in napotki, ki se nanašajo in veljajo za vsa javna naročila direkcije.

Ponudbena dokumentacija mora biti izdelana skladno z zahtevami in predlogami iz razpisne dokumentacije. Sestavljajo jo naslednje listine:
 Ponudba
 Podatki o gospodarskem subjektu
 Dokazila o izpolnjevanju pogojev za priznanje sposobnosti
 Specifikacija naročila in predračun
 Terminski plan del in obračunov
 Garancija za resnost ponudbe

Poleg ponudbe izvajalca, je sestavni del pogodbe še:

1. projektna dokumentacija ,
2. splošni pogoji pogodbe,
3. posebni pogoji pogodbe - za izvedbo gradenj,
4. splošni tehnični pogoji, posebni tehnični pogoji

Veljajo tudi posebne gradbene uzance, če niso v nasprotju z določili te pogodbe.

Izvajalec s podpisano pogodbo izjavlja, da mu je poznan predmet pogodbe in vsi spremljajoči riziki v zvezi z izvedbo del, in da je seznanjen z razpisnimi zahtevami oziroma s prejeto projektno dokumentacijo ter, da so mu razumljivi in jasni pogoji in okoliščine za pravilno izvedbo del.

Izvajalec mora naročniku (hkrati z dostavo končne situacije) izročiti izpolnjene obrazce za vnos podatkov o izvršenih delih v njegovo banko cestnih podatkov.


5. KVALITETA

Izvajalec je dolžan skladno s predpisi zagotoviti vsa potrebna dokazila o kvaliteti vgrajenih materialov in izvedenih del (t.im. notranja kontrola kvalitete). DRSC svoje pogodbene nadzornike zadolži tudi k organizaciji t.im. zunanje kontrole kvalitete. To pomeni, da vzporedno zagotavlja teste in meritve uporabljenih materialov in izvedenih del s strani usposobljenih in neodvisnih institucij. Rezultate obeh kontrol primerja in v primeru odstopanj ukrepa skladno s pogodbenimi določili (npr. odbitki, reklamacije, unovčitev garancij).

Nadzor nad izvajanjem dela vrši strokovna služba upravljavca cest preko pooblaščenih nadzornikov. Direkcija za ceste z javnim razpisom izbere izvajalce za opravljanje strokovnega nadzora cest za posamezne proračunske projekte, ki sklene z Direkcijo RS za ceste pogodbo, v kateri so definirane naloge za izvajanje nadzornih del.

Nadzornik oziroma odgovorni nadzornik del zagotovi in odgovarja za izvedbo vseh potrebnih ukrepov in izdelavo zahtevane dokumentacije za zagotavljanje varnosti in zdravja pri delu, ki jih naročniku nalaga Uredba o zagotavljanju varnosti in zdravja pri delu na začasnih in premičnih gradbiščih.

Strokovni nadzor se izvaja na terenu in zajema količinski in kakovostni nadzor opravljenih del. Zajema pa tudi preverjanje naročil in situacij, ki jih sestavlja izvajalec v skladu s pogodbo ter preverjanje dokumentacije, s katero izvajalec dokazuje izvedbo posameznih del.

Izvajalec lahko v primeru, da bo dela izvajalo več izvajalcev, sklene pisni dogovor o izvajanju del, terminskem usklajevanju del ter izvajanju varnostnih ukrepov za varovanje lastnine naročnika in drugih izvajalcev le po predhodnem soglasju naročnika.


6. RAZPISNI POGOJI


Ponudbena dokumentacija mora biti izdelana skladno z zahtevami in predlogami iz razpisne dokumentacije. Sestavljajo jo naslednje listine:
 Ponudba
 Podatki o gospodarskem subjektu
 Dokazila o izpolnjevanju pogojev za priznanje sposobnosti
 Specifikacija naročila in predračun
 Terminski plan del in obračunov
 Garancija za resnost ponudbe

Ponudnik mora zagotoviti, da so izpolnjeni vsi pogoji za priznanje sposobnosti. Vsak gospodarski subjekt, ki nastopa v ponudbi (ponudnik, partner, podizvajalec) mora glede na posel, ki ga prevzema v ponudbi, izpolnjevati osnovne in ekonomsko-finančne pogoje ter pogoje glede referenc in solidnosti.

Pri pregledu ponudb se presojajo le listine in navedbe, ki so predložene skladno z zahtevami iz razpisne dokumentacije. Listine in navedbe morajo izkazovati dejanska stanja in dejstva v času oddaje ponudbe.

Merilo za izbiro najugodnejše ponudbe je najnižja ponudbena cena.



7. PARTNERSTVO

Komunikacija med izvajalci del in Direkcijo RS za ceste poteka preko odgovorni nadzornik del.

Odgovorni nadzornik tudi sodeluje s predstavniki izvajalcev, usklajuje delo ter daje navodila, sklicuje in vodi operativne sestanke v zvezi z izvajanjem del z odgovornim vodjem del – gradbišča s strani izvajalca ter predlaga in obvešča naročnika o spremembah ukrepov.



REDNO IN PERIODIČNO VZDRŽEVANJE MOSTOV (ROUTINE AND PERIODIC MAINTENANCE – BRIDGES)


1. VRSTA/TIP POGODBE:

• Osnovna struktura pogodbe in kaj vključuje:

Znotraj periodičnega vzdrževanja ločimo dva tipa pogodb:
1) pogodbe za manjša popravila objektov,
2) pogodbe za sanacije premostitvenih objektov.

1) Osnovne sestavine pogodb za manjša popravila objektov so:
- predmet pogodbe,
- vrednost pogodbenih del,
- rok dokončanja del,
- obveznosti naročnika,
- obveznosti izvajalca,
- način obračunavanja opravljenih del (v praksi se obračun pri teh pogodbah izvaja po izmerah količin in fiksnih cenah posameznih del),
- način plačevanja opravljenih del,
- pogodbena kazen za prekoračitev roka (do 10% pogodbene vrednosti),
- pooblaščeni predstavnik in strokovni nadzor,
- reševanje sporov,
- končne določbe.

2) Osnovne sestavine pogodb za sanacije premostitvenih objektov so:

- predmet pogodbe,
- vrednost pogodbenih del,
- rok dokončanja del,
- obveznosti naročnika,
- obveznosti izvajalca,
- način obračunavanja opravljenih del (v praksi je običajno pogodbena vrednost fiksna – sistem ključ v roke),
- način plačevanja opravljenih del,
- pogodbena kazen za prekoračitev roka (do 10% pogodbene vrednosti),
- garancijski rok
- pooblaščeni predstavnik in strokovni nadzor,
- reševanje sporov,
- končne določbe.

Pogodbe za sanacije vsebujejo za razliko od pogodb za manjša popravila objektov naslednja pomembnejša določila:

- izvajalec mora priskrbeti projekt izvedenih del in oddati na DRSC vlogo za posodobitev banke cestnih podatkov (BCP),
- garancija za odpravo napak v garancijskem roku (do 5% pogodbene vrednosti) – garancija se uporablja za odpravo napak v garancijskem roku. Izvajalec podaja garancijo za kakovost izvedenih del za obdobje petih let. Za vgrajeno opremo in industrijske izdelke pa veljajo garancijski roki podizvajalcev oziroma dobaviteljev.
- garancija za dobro izvedbo pogodbenih obveznosti (do 10% pogodbene vrednosti) – garancija se uporablja za odpravo napak v času gradnje v primeru nezainteresiranosti izvajalca po njihovi odpraviti. Njena veljavnost je vsaj še 1 dan po uspešno opravljenem prevzemu del.

• Definicije pojmov:
• Pogodbe za manjša popravila premostitvenih objektov: Slovenska državna cestna mreža je razdeljena na devet cestnih območij. Denarna sredstva se običajno razdelijo sorazmerno po področjih. Pogodbe so sklenjene s posebnim postopkom izbranimi najugodnejšimi izvajalskimi podjetji za natančno definirana popravila na točno določenih premostitvenih objektih. Nadzornik pripravlja plan popravil za vsako leto posebej.

• Pogodbe za sanacije objektov: Sanacije se izvajajo po projektih za izvedbo del, kateri natančno določajo obseg in vrsto del.

• Katere vrste del so v kateri vrsti pogodb
1) Pogodbe za manjša popravila objektov:
Vrste popravil, ki jih zajemajo te pogodbe so: popravila (krpanje) asfaltnih prevlek in horizontalnih hidroizolacij pod vozišči, popravila betonskih hodnikov, betonskih robnih vencev, ograj, kamnitih oblog za zavarovanje temeljev objektov, manjša popravila betonskih kril objektov ter pleskanje in popravila ograj premostitvenih objektov.

2) Pogodbe za sanacije premostitvenih objektov: Obseg in način izvedbe del je določen s projekti za izvedbo del. Pogodbe za sanacije se nanašajo predvsem na popravila in zamenjavo opreme objektov ter popravila manjših poškodb na konstrukcijah objektov, ne posegajo pa v konstrukcijske zasnove objektov. V primerjavi s pogodbami za manjša popravila objektov vsebujejo te pogodbe predvsem večji obseg del.

• Ali gre za performence-based pogodbe?
Ne.

• Sistem letnega upravljanja s pogodbami
1) Pogodbe za manjša popravila objektov:
Nadzornik za premostitvene objekte, ki je najet s strani investitorja (DRSC), pripravlja plan popravil za vsako leto posebej v okviru denarnih sredstev, ki jih ima na voljo.

2) Pogodbe za sanacije premostitvenih objektov:
Plan sanacij je določen s proračunom, ki je sprejet za dve leti v naprej. Narejen je predvsem na podlagi ugotovitev rednih in glavnih pregledov objektov.

• Velikost / obseg pogodbe
1) Pogodbe za manjša popravila objektov:
Pogodbe so sklenjene za prioritetne dela na premostitvenih objektih po planu nadzornika za objekte.

2) Pogodbe za sanacije premostitvenih objektov:
Pogodbe za sanacije zajemajo dela, ki so določena v projektantskih popisih del.

• O pogodbi
1) Pogodbe za manjša popravila objektov:
Slovenska državna cestna mreža je razdeljena na devet cestnih območij. Denarna sredstva se običajno razdelijo sorazmerno po področjih. Pogodbe so sklenjene s posebnim postopkom izbranimi najugodnejšimi izvajalskimi podjetji za natančno definirana popravila na točno določenih premostitvenih objektih. Nadzornik pripravi plan popravil objektov za vsako leto posebej.

2) Pogodbe za sanacije premostitvenih objektov:
Letno se izvede približno 30 nadomestnih gradenj, rekonstrukcij in sanacij objektov. Število sanacij se močno spreminja iz leta v leto in je odvisno predvsem od tega, kateri objekti so uvrščeni v proračun za posamezno leto. Izvajalce sanacij se izbira na javnih razpisih. Okvirne vrednosti sanacij so določene s projektantskimi predračuni.


2. TVEGANJA

1) Pogodbe za manjša popravila objektov:
Te pogodbe ne vključujejo garancije za dobro izvedbo pogodbenih obveznosti in garancije za odpravo napak v garancijskem roku. Po garancijah ni potrebe, ker gre za manjša dela, ki navadno predstavljajo le začasni ukrep, kvaliteto del pa zagotavlja redna kontrola del s strani naročnikovega nadzornega inženirja. Ker so vrednosti teh pogodb nižje od vrednosti (96.000 EUR z DDV) za katero je po zakonu o javnem naročanju obvezna izvedba javnega razpisa, se k posredovanju ponudbe povabi pet potencialnih izvajalcev. Na razpise se vabi izvajalce, ki imajo ustrezne reference in ker ti z DRSC tudi sicer pogosto sodelujejo je tveganje za nekorektno sodelovanje izvajalca z naročnikom majhno. Pogodba določa pogodbene kazni za nepravočasnost izvedbe pogodbenih del.

2) Pogodbe za sanacije premostitvenih objektov:
Naročnikovo tveganje se nanaša predvsem na neresnost ponudb, nezadostno kvaliteto izvedenih del, počasno odpravljanje napak v garancijski dobi in na prekoračitev pogodbenega roka za dokončanje del.

Garancija za resnost ponudbe varuje naročnika pred neresnimi ponudbami. Naročnik lahko omenjeno garancijo unovči, če izvajalec ponudbo po odpiranju umakne, ne priloži stvarnih dokazil za navedbe v ponudbi v dogovorjenem roku, zavrne sklenitev pogodbe, po sklenitvi pogodbe ne predloži garancije za dobro izvedbo pogodbenih obveznosti.

V času gradnje je naročnik zavarovan z garancijo za dobro izvedbo pogodbenih obveznosti. Če izvajalec zavrne odpravo napak v času gradnje, jih lahko odpravi naročnik na njegove stroške z unovčenjem bančne garancije, ki mu jo je ta izročil ob pričetku del.

Garancija za odpravo napak v garancijskem roku varuje naročnika v primeru nezainteresiranosti izvajalca po odpravi napak v garancijskem roku. Naročnik lahko odpravi napake na izvajalčev račun z unovčenjem bančne garancije, ki mu jo je ta predal ob tehničnem pregledu oziroma prevzemu del.

S pogodbenimi kaznimi za prekoračitev roka se naročnik zavaruje za primer, če izvajalec prekorači pogodbeni rok.

V primeru slabše kvalitete izvedbe od zahtevane pa je možno to ovrednoti in jo izvajalcu odbiti od pogodbene vrednosti.


3. PLAČILA

1) Pogodbe za manjša popravila objektov:
Izvedena dela se obračunavajo in plačujejo v skladu s sklenjenimi pogodbami in predpisanimi dinamikami plačil v obliki mesečnih situacij. Vrednosti pogodbenih del so zagotovljene v proračunu, zato do zamud pri plačevanju izvršenih del ne prihaja. Običajno se dela obračunava po količinah dejansko izvedenih del, pogodbene cene pa so fiksne. V primeru, da izvajalec prekorači pogodbeni rok, ima naročnik pravico, da izvajalcu zaračuna pogodbene kazni. Izvajalec ni upravičen do stimulacij v primeru predčasnega končanja del oziroma v primeru boljše kvalitete izvedenih del.

2) Pogodbe za sanacije premostitvenih objektov:
Izvedena dela se obračunavajo in plačujejo v skladu s sklenjenimi pogodbami in predpisanimi dinamikami plačil v obliki mesečnih situacij. Vrednosti pogodbenih del so zagotovljene v proračunu, zato do zamud pri plačevanju izvršenih del ne prihaja. Vrednosti pogodb za sanacije objektov so običajno fiksno določene - sistem ključ v roke. Vrednosti sanacijskih del so ocenjene na podlagi projektantskih predračunov, dokončno pa so določene z vrednostmi najugodnejših ponudb. V primeru, da izvajalec prekorači pogodbeni rok, ima naročnik pravico, da izvajalcu zaračuna pogodbene kazni. Izvajalec ni upravičen do stimulacij v primeru predčasnega končanja del oziroma v primeru boljše kvalitete izvedenih del.


4. PODATKI

• Priloge s podatki, ki so na razpolago v razpisih
1) Priloge pri razpisni dokumentaciji pri pogodbah za manjša popravila objektov so:
- popis del.

2) Priloge pri razpisni dokumentaciji pri pogodbah za sanacije premostitvenih objektov so:
- tehnično poročilo,
- popis del,
- možnost vpogleda v projekte.

• Kaj je vključeno v cestno mrežo in kaj ne
V Sloveniji imamo približno 1400 premostitvenih objektov razpetine nad 5 m.
Pri sanacijah oziroma manjših popravilih premostitvenih objektov so dela večinoma omejena samo na objekte. Izven objekta se občasno izvajajo le podbetoniranja temeljev, zavarovanje temeljev pred erozijo, zaščita brežin struge ob objektu in podobno.

• Kako se podatki procesirajo in zapisi o podatkih in delih
DRSC vodi bazo vseh premostitvenih objektov, ki se imenuje banka cestnih podatkov za premostitvene objekte (BCP). Po končani izvedbi sanacijskih del je izvajalec dolžan posredovati na DRSC vlogo z izvršenimi spremembami. Na podlagi vlog izvajalcev DRSC stalno posodablja BCP.

BCP za premostitvene objekte vsebuje naslednje podatke: šifra objekta (vsak objekt ima svojo šifro), cesta, odsek, začetek in konec stacionaže objekta, premostitev (na primer vodotoka, železnice,…), kraj v katerem se objekt nahaja, tip objekta (most, nadvoz, podvoz, viadukt,…), upravljalec objekta, leto izgradnje, leto sanacije ali rekonstrukcije, obvoz, dimenzije objekta (število polj, svetla odprtina objekta, širina vozišča in hodnikov, skupna širina objekta, svetla višina objekta), omejitev nosilnosti, kot križanja objekta s premostitvijo (na primer vodotokom), konstrukcijski material.

Poleg BCP-ja vodi DRSC tudi bazo pregledov objektov za:
- redne in glavne preglede objektov (redni preglede se izvaja na 2 leti, glavne pa na 6 let),
- redne in glavne preglede jeklenih objektov (redne preglede se izvaja na vsako leto, glavne pa na 5 let)

Izvajalci rednih in glavnih pregledov naredijo za vsak pregledan objekt zapisnik pregleda s katastrom vseh poškodb in predlogi sanacije. Zapisnik rednega in glavnega pregleda vsebuje tudi raiting objekta, ki je določen po posebni metodologiji in oceno objekta. Na podlagi raitingov in ocen je možno iz baze pregledov objektov izločiti najslabše objekte in jih uvrstiti v plan sanacij.

5. KVALITETA

• Nadzor s strani naročnika
DRSC s pomočjo javnega razpisa izbere usposobljeno podjetje za opravljanje nadzora. Nadzor se izvaja skladno z veljavno gradbeno zakonodajo. Med pomembnejše naloge nadzornih inženirjev spadajo:
- preverjanje skladnosti izvršenih del s projektno dokumentacijo (v primeru sanacij),
- preverjanje kakovosti izvajanja del,
- preverjanje obračunavanja izvedenih del,
- preverjanje skladnosti izvajanja del s terminskim planom del in podobno.

• Zahteve v zvezi z vodenjem
Izvajalec izvaja dela skladno s pogodbo po terminskem planu. V primeru, če pride do zamud glede na terminski plan, je izvajalec dolžan ustrezno popraviti terminski plan.
V primeru, če hoče izvajalec za izvedbo posameznih del vključiti podizvajalca, mora predhodno dobiti soglasje DRSC.



6. RAZPISNI POGOJI

1) Pogodbe za manjša popravila objektov:
Vrednosti pogodb za manjša popravila objektov ne presegajo vrednosti malih naročil določene v zakonu o javnem naročanju. Iz tega sledi, da javni razpis ni potreben in se zato povabi k oddaji ponudbe 5 potencialnih izvajalcev z ustreznimi referencami.

Pogoji za priznanje sposobnosti gospodarskega subjekta, ki sodeluje pri razpisu so:

- Osnovna sposobnost:
• registriran je za dejavnost, ki jo prevzema v ponudbi,
• ni bil pravnomočno obsojen zaradi določenih kaznivih dejanj,
• ni bil v postopku prisilne poravnave, stečaja, likvidacije ali v drugem podobnem postopku, niti ni zoper njega noben takšen postopek uveden,

- Ekonomsko-finančna sposobnost:
• v zadnjih šestih mesecih pred rokom za oddajo ponudbe ni imel blokiranega nobenega transakcijskega računa,

- Tehnične zmogljivosti:
• poseduje z ustreznimi tehničnimi zmogljivostmi (sodobno gradbeno mehanizacijo in opremo), ki omogočajo kvalitetno izvedbo celotnega naročila,

- Kadrovske zmogljivosti:
• Zagotoviti mora odgovornega vodjo del, ki izpolnjuje naslednje zahteve:
 strokovni izpit za odgovornega vodjo del s področja gradbene stroke,
 v zadnjih desetih letih pred objavo tega naročila je bil odgovorni vodja del pri najmanj enem primerljivem poslu, kot je to naročilo,

- Reference:
• v obdobju zadnjih 5 let pred objavo tega naročila je uspešno izvedel najmanj en primerljiv posel, kot ga prevzema v ponudbi.

Merilo za izbiro najugodnejše ponudbe je najnižja ponudbena cena.

2) Pogodbe za sanacije premostitvenih objektov:

Vrednosti sanacijskih del navadno presegajo vrednost malih naročil (96.000 EUR z DDV) po zakonu o javnem naročanju, zato je v tem primeru javni razpis obvezen. Za ponudbe, ki prispejo na javni razpis se preveri, če izpolnjujejo pogoje za priznanje sposobnosti.

Pogoji za priznanje sposobnosti gospodarskega subjekta, ki sodeluje pri razpisu so:

- Osnovna sposobnost:
• registriran je za dejavnost, ki jo prevzema v ponudbi,
• ni bil pravnomočno obsojen zaradi določenih kaznivih dejanj,
• ni bil v postopku prisilne poravnave, stečaja, likvidacije ali v drugem podobnem postopku, niti ni zoper njega noben takšen postopek uveden,

- Ekonomsko-finančna sposobnost:
• v zadnjih treh letih je imel poslovnih povprečni letni prihodek vsaj dvakrat višji, kot je ponudbena vrednost (z DDV) za posel, ki ga prevzema,
• v zadnjih šestih mesecih pred rokom za oddajo ponudbe ni imel blokiranega nobenega transakcijskega računa,
• ima poravnane zapadle obveznosti do dobaviteljev blaga in podizvajalcev,

- Tehnične zmogljivosti:
• poseduje z ustreznimi tehničnimi zmogljivostmi (sodobno gradbeno mehanizacijo in opremo), ki omogočajo kvalitetno izvedbo celotnega naročila,

- Kadrovske zmogljivosti:
• Zagotoviti mora odgovornega vodjo del, ki izpolnjuje naslednje zahteve:
 strokovni izpit za odgovornega vodjo del s področja gradbene stroke,
 v zadnjih desetih letih pred objavo tega naročila je bil odgovorni vodja del pri najmanj enem istovrstnem in vsaj 70 % toliko vrednem poslu, kot je ponudbena cena (z DDV) za to naročilo.

- Reference:
• v zadnjih petih letih je pred objavo tega naročila uspešno izvedel najmanj en istovrsten in vsaj 70 % toliko vreden posel, kot ga prevzema v ponudbi,

- Solidnost:
• v zadnjem letu dni pred objavo tega naročila je pravočasno izpolnil pogodbene in druge zapadle obveznosti do naročnika,
• v zadnjem letu dni pred objavo tega naročila ni bila unovčena garancija za dobro izvedbo pogodbenih obveznosti ali garancija za odpravo napak v garancijskem roku,
• v ponudbah za naročnika v zadnjem letu dni pred objavo tega naročila ni bilo dokumentov, izjav ali drugih navedb gospodarskega subjekta, ki nastopa v ponudbi, za katere se je izkazalo, da so neresnične ali zavajajoče,
• ni na seznamu ponudnikov z negativnimi referencami, ki ga vodi ministrstvo, pristojno za finance.
• pri izvedbah istovrstnih naročil v zadnjem letu dni pred objavo tega naročila gospodarskemu subjektu, ki nastopa v ponudbi ni bila na katerikoli način dokazana huda strokovna napaka (na primer: nestrokovna izvedba, slabša kvaliteta od dogovorjene in podobno).

Merilo za izbiro najugodnejše ponudbe je najnižja ponudbena cena.





7. PARTNERSTVO

Sodelovanje med naročnikom in izvajalcem poteka preko strokovne službe, ki opravlja nadzor in se lahko definira kot klasičen odnos naročnik – izvajalec, ki temelji na medsebojni pogodbi. Izvajalec opravlja pogodbena dela, nadzorni inženir pa opravlja nadzor v skladu s pogodbo sklenjeno z naročnikom in veljavno gradbeno zakonodajo.

Za kakovost izvedenih del so odgovorni vsi vpleteni. Izvajalec je dolžan opozoriti na vse pomanjkljivosti projekta in možne izboljšave.
Translation - English
THE REGULAR MAINTENANCE OF NATIONAL ROADS

1. TYPE OF CONTRACT

The regular maintenance and protection of national roads is a mandatory public utility service. It involves any maintenance work designed to preserve national roads in such a condition as ensures their safety and operation, the inspection thereof and of their safety clearance areas, as well as passability in the case of natural disasters or other accidents. The maintenance of national roads consists of summer and winter maintenance. Summer maintenance is carried out from 16 March to 15 November of any current year, whereas winter maintenance takes place between 16 November and 15 March of the following year.

The level of any regular maintenance to be carried out is subject to the Rules governing the Types and Levels of Regular Maintenance Work carried out on Public Roads and is dependent on any annual funds secured by the client. Such funds are secured from the budget of the Republic of Slovenia.

The annual scope of regular road maintenance is determined according to need, as dictated by the condition of the road in question. Before a call for tenders for performance of the regular maintenance of national roads is published, the scope of the work is scaled to the available funds actually allocated to the road operator from the state budget. The base for calculating individual services is actual costs from the previous period, adjusted upwards to take into account the annual inflation rate. Where, during the course of the tendering process, maintenance service providers quote prices which are higher than the projected costs, items with prices higher than anticipated become subject to negotiation. The annual call for tenders, being subject to demand and the funds available, ensures only a partial achievement of road maintenance standards.

The regular maintenance of high-speed, trunk and regional roads, as defined in the Rules governing the Types and Levels of Regular Maintenance Work carried out on Public Roads, includes the following sets of activities:
1. inspection;
2. the regular maintenance of vehicle traffic routes;
3. the regular maintenance of hard shoulders;
4. the regular maintenance of drainage systems;
5. the regular maintenance of embankments;
6. the regular maintenance of road signalling systems and equipment;
7. the regular maintenance of road devices and regulation systems;
8. the regular maintenance of vegetation;
9. ensuring visibility;
10. road cleaning;
11. the regular maintenance of road structures;
12. providing assistance for the purpose of inspecting the axle load, maximum laden mass and vehicle dimensions;
13. intervention measures;
14. winter services
15. administrative and technical assistance in operating national roads

In terms of road category and the scope of activity, regular maintenance services may be divided into three priority groups:
- the first priority group (emergency works which, if not carried out, could jeopardise roads or traffic safety and which are performed under a works contract or immediately a deficiency is identified)
- the second priority group (essential works which are performed to deadlines set out in a maintenance works contract)
- the third priority group (works which, if not carried out, pose no immediate threat to roads or to traffic safety, but are necessary to safeguard road operability and serviceability. They are carried out under a works contract or once a deficiency is identified)

Therefore, in order to be awarded a contract, a tenderer must guarantee an adequate level of organisation and appropriate technical and staffing capacities. Road maintenance must be organised in a manner which:
- promotes safe road use through compliance with the traffic rules and special conditions (weather conditions);
- takes into account a road's importance to a given region and the cost-effectiveness of maintenance.

Contracts are awarded in two stages. In the first stage, once it has passed the pre-qualification questionnaire (PQQ) process, any business entity who meets all the conditions set out in the call for tenders may submit a quote . Such solicitations are not made public.

Any tenderer who meets the conditions set out in the tender documentation will have his qualification recognised for a period of three years. On receipt of the decision to recognise a tenderer’s qualification, the client will inform tenderers of the decision. The client reserves the right to re-publish the call for tenders, even before the expiry of the period for which he has recognised the tenderers’ qualification for participation, as well as the right to require tenderers to submit to fresh evaluation. Any qualification recognised previously will automatically lapse thereby.

In the second stage, tenders for the performance of regular maintenance are only accepted from candidates whom the client has invited to respond, following their successful evaluation in the first stage.

Contracts for the regular maintenance and protection of national roads are uniform in content across the entire territory of the Republic of Slovenia and consist of:
- preliminary provisions
- the subject of the contract
- the contract value of the works
- the deadline for the execution of the works
- provisions defining the method of calculation of the works performed
- provisions defining the rights and obligations of the contractor and the client
- provisions defining specialist supervision
- provisions defining delays in completion on the part of the contractor and the contractual penalties for such delays
- final provisions

The national road operator then concludes a one-year contract with the most favourable tenderer in each area. Accordingly, nine contracts for the performance of regular maintenance works are concluded each year, with nine contractors. Works are performed on the basis of a pre-determined annual maintenance plan which has been approved by specialist services.

Table 1 shows the total annual cost breakdown for specific regular maintenance works for the period from 1 September 2003 to 31 August 2006:

Regular maintenance works Value of works
01/09/03-31/08/04 Value of works
01/09/04-31/08/05 Value of works
01/09/05-31/08/06
Regular annual road maintenance 10,250,918.170 12,618,368.700 13,224,574.250
Winter service* 11,255,765.210 11,599,386.900 15,467,994.250
Traffic signalling 1,017,788.070 1,877,778.450 1,466,90.270
Approvals 414,417.883 430,076.980 553,623.800
Machine patching 2,245,156.780 1,469,076.240 2,913,553.470
Repair of drainage systems 310,192.300 847,329.000 722,332.890
Minor wall repairs 208,646.300 228,640.120 451,719.010
Basic maintenance (G roads) 39,949.770 160,919.000 219,961.00
Basic maintenance (R roads) 795,531.000 1,233,226.810 1,996,133.00
Repair of winter damage 1,300,396.090 619,029.710 12,518,778.170
Axle load inspections 214,104.100 220,195.790 242,393.520
Maintenance of signalling devices 1,084,542.000 1,203,602.720 559,277.190
Regular maintenance of structures
(minor repairs) 229,510.930 246,202.640 258,721.420
Safety barriers and markings 4,540,752.000 5,224,611.000 5,741,930.000
Total 33,907,670.600 37,978,444.060 56,337,900.240
Source: VGRC
* Excluding de-icing materials
Table 1: Total costs breakdown for the regular road maintenance for the period from 1 September 2003 to 31 August 2006, in EUR (+ VAT)

Roads must be operable, passable and safe for all road users on as equal conditions as possible. In the event of a force majeure (a natural disaster, an unexpected snowfall or a state of emergency etc.) which could not have been foreseen, the client may, where necessary, employ additional contractors (registered to provide the same or a similar service), as well as the selected contractor, for the purpose of performing such regular maintenance works as could cause damage to the client if not undertaken in time. The client will conclude separate agreements with such contractors.


2. RISKS

By signing the contract, the contractor undertakes to carry out the works thoroughly and to a high standard, in accordance with the applicable technical regulations and building standards.
As proof of financial security, the client requires a security issued by a bank or an insurance company, as follows
- A tendering security (up to 3% of the estimated value of the order), with a term of validity not shorter than that of the order
The client is entitled to call up the tendering security, if the tenderer:
- withdraws his bid after the bids have been opened
- fails to provide within the prescribed time limit any material evidence of the assertions he has made in the tender
- refuses to sign the contract
- upon signing the contract, fails to present performance bonds, in respect of his contractual obligations, within the time limit set out in the tender documentation

- A performance bond
The contract specifies that a performance bond amounting to 10% of the contract value must be provided within ten days of the conclusion of the contract and that it must extend for at least ninety days beyond the expiry of the performance deadline. Should the performance deadline be extended, it will be necessary to extend the validity of the guarantee accordingly.
The client is entitled to call up the bond if the contractor fails to fulfil any obligation made to the client under the contract, including failure to perform the work according to the agreed standard, to the extent agreed, or to honour the agreed deadlines. The client may also call up the bond if he has to cover any maturing liabilities on the contractor’s part to any subcontractors who have participated in the performance of the works, as a result of the contractor's failure to honour such liabilities.

- A guarantee covering the remedy of any defects during the maintenance period
Where the contract requires a guarantee to ensure the defect-free performance of the work and remedy of any defects during the maintenance period, the contractor must present such a guarantee to the client, in accordance with the provisions of the contract.

The contract price remains fixed until the completion of the works and the contractor is not entitled to raise his prices.

3. PAYMENT
The works agreed under a signed contract are carried out and invoiced in accordance with the contract, any budget amendments adopted for the year in question and the pre-determined payment schedule.

Once the monthly performance plan has been confirmed, the contractor invoices any works performed, according to the unit prices agreed in the priced bill of quantities, using the VGRC system (an internet application for the maintenance works settlement carried out on trunk and regional roads). Every month the contractor submits a monthly statement of the works carried out to the client for his inspection and verification. The client is required to confirm or reject such an invoice or statement within 15 days of receipt. Payments are made within 30 days of the formal receipt of the invoice or statement.

In the event of a delay or an overrun of the completion deadline, as defined in the confirmed monthly execution plan, the client is entitled to charge any penalties agreed under the contract.

Contractors do not receive any performance improvement incentives for regular maintenance.

In principle, payment delays do not occur, because all funds from the budget are allocated once the contract has been signed.


4. INFORMATION

Under the Slovene Public Roads Act, the Slovene Roads Agency is the competent authority responsible for maintaining 6,001.486 kilometres of national roads, but it is not responsible for managing motorways. The entire road network is divided into nine complexes, as shown in figure 1. The boundary lines separating the individual complexes may be found in the tender documentation used in the first stage. In the second stage, the works are allocated to contractors according to complex.

Under the Slovene Public Roads Act, national roads are divided into high-speed roads (H), first-class trunk roads (G 1), second-class trunk roads (G 2), first-class regional roads (R 1), second-class regional roads (R 2), third-class regional roads (R 3) and third-class regional roads for use by tourists (RT), as shown in Table 2.


Table 2: Roads broken down by individual complexes (in km).

H G1 G2 R1 R2 R3 RT Total
Complex 1 63,348 51,230 86,144 235,916 264,173 42,671 743,482
Complex 2 10,377 122,944 122,291 91,914 281,527 44,948 674,001
Complex 3 92,931 25,027 53,424 149,212 202,869 88,803 612,266
Complex 4 5,242 9,674 27,948 162,756 86,526 100,798 133,241 526,185
Complex 5 2,900 135,210 132,432 227,553 340,158 44,435 882,688
Complex 6 150,390 19,036 35,215 155,391 261,334 128,330 749,696
Complex 7 53,775 5,378 74,656 133,079 186,901 453,789
Complex 8 21,839 30,940 88,171 223,990 127,662 433,212 147,686 1,073,500
Complex 9 78,448 44,505 21,059 141,867 285,879
27,081 492,783 474,944 935,413 1,228,312 2,212,839 630,114 6,001,486

A public road consists of the carriageway, road structures, drainage systems, hard shoulders, a safety clearance area (an area extending a certain width from the verge of the road, depending on the road category: 15m for regional roads, 25 m for trunk roads and 35m for high-speed roads), a 7-metre high area above the carriageway, vehicle traffic routes, such as motorway service areas, parking spaces, bus stops and turns, footwalks and cycling paths on carriageways, access roads within clearance areas, signalling and other equipment, any road devices designed to ensure road safety and protection of the road, grounds or buildings situated alongside the road, as well as any traffic-recording devices.

Figure 1. A graphic showing the nine complexes


The pre-qualification questionnaire (PQQ) used in the first tendering stage involves the evaluation of the following areas:
- background corporate information (certificates and other evidence)
- organisational standing (within each complex, an appropriate number of maintenance units need to be in place, so as to cover a 100-250 km stretch of a road complex, with the tenderer being able to reach the remotest point of the road complex within a maximum of one and a half hours as well as being able to ensure a uniform maintenance standard, both within the complex in question and in relation to the adjacent complex.)
- financial history and current position (the tenderer’s total revenues over the preceding three years, in respect of each individual complex)
- staffing capabilities (the tenderer must ensure that an adequate number of duly qualified staff are employed on permanent contracts)
- technical ability (buildings, dumps, warehouses, the plant and equipment required for regular maintenance)
- client references (proof of work carried out for other clients, as specified in the tender documentation)
- other conditions specified by the client (an ability to integrate into a single documentation management system, a bank guarantee covering the preceding two years which has not been called up, defect-free past performance, separate records, warehouses, the contractor not already being bound to other clients)

The tender documentation in the pre-qualification stage also includes:
- a list of roads
- a list of regular maintenance works carried out in the past
- instructions for the use of the national road maintenance information system (VGRC)
- forms soliciting data for the Road Data Bank (RDB)
- the monthly execution plan form
- the winter service programme
- the safety plan
- special technical conditions for the regular maintenance of road signalling and other equipment on national roads

Each contractor is required to keep the client informed on a daily basis, by using the VGRC internet application, of any works he intends to carry out in the subsequent period and of the condition on the roads, including information on:

- any traffic jams (caused by maintenance, natural phenomena or accidents);
- any maintenance works to be carried out (to be reported by 7.00 a.m. on the day of maintenance or one day in advance);
- the contractor is required to enter an itemised list of all works carried out, within five (5) days of completion
- an update on any de-icing materials (daily, following any change);
- a winter service report (critical points, on-call duty).

All-in (100%) maintenance involves a road survey, the patching of potholes and action by intervention groups. The road inspector must inspect and remedy any defects on a 50 km stretch of a road within eight hours. He or she must keep an inspection log, to be checked regularly by the regular maintenance supervisor. The inspector may not be assigned to other duties.

Inspection is carried out:
 three times a day on motorways and high-speed roads,
 once a day on trunk roads, inter-urban trunk roads and other roads with a PLDP > 4000 designation,
 twice a week on regional, community or rural roads,
 once a week on local roads, whether urban or rural.

On signing the contract, the contractor must report his operations to the client’s operations monitoring system when carrying out regular maintenance on high-speed, trunk and regional roads.

The contractor is required to satisfy the conditions for the regular maintenance of signalling systems and other traffic equipment installed on national roads (vertical signalling systems, safety barriers and carriageway markings).

For the duration of the contract, the contractor must ensure that, for each individual complex, someone is contactable by telephone 24 hours a day, every day of the contract term. During the execution of winter service, the contractor must have in place an organised on-call and preparedness plan, as specified by the winter service programme.
At times when winter service is not in operation, i.e. on public holidays and outside regular working hours, an intervention group composed of two suitably qualified workers equipped with a regular inspection vehicle must be deployed to cover between 250 and 300 km of roads in each of the complexes.
Where the work volume is temporarily exceptionally high, the contractor is required to provide additional technical staff, workers, drivers, mechanics, as well as plant and freight vehicles, in order to ensure regular maintenance.

Where staff deployed to carry out works involving plant are unable to carry out such work due to weather conditions, or where such works are unnecessary at any given moment in time, they may carry out other maintenance works.

Under the terms of the contract, the contractor is required to provide information to the client on any maintenance works performed, in order to ensure that records are kept on the roads or road structures concerned and on the relevant equipment and signalling devices, as provided for by the Slovene Public Roads Act (in accordance with the Rules governing the Marking of Public Roads and Records to be Kept on Public Roads and Structures installed thereon). This is necessary so that basic data may be obtained for the purpose of the continuous monitoring of the condition of roads and road management.

The contractor must submit such data each month, using the pre-determined forms (which may vary according to the section of road affected) as well as any traffic signalling or equipment forms specified by the client which form part of the signed contract. Such data must be inputted into the appropriate fields provided for sections and survey stations in the Road Data Bank (RDB), together with the relevant survey station codes.
5. QUALITY

In accordance with the relevant regulations, the contractor is required to present any necessary proof of the quality of any materials used or works performed (this is known as internal quality control). However, the Slovene Roads Agency may entrust its contractual supervisors with the task of organising external quality control, as well. In doing so, the Agency ensures that tests and measurements of any materials used or works carried out are taken simultaneously by two different competent and independent institutions. The results of both control procedures are compared and, in the event of a discrepancy, the Agency takes appropriate steps as stipulated by the terms of the contract (for example, seeks a discount, makes a complaint or calls up the guarantee).

The supervision of regular maintenance works is carried out by authorised supervisors employed by the road operator’s specialist service. By means of a call for tenders, the Slovene Roads Agency selects a competent company to perform specialist supervision of regular road maintenance. Such a company, in turn, concludes with the Agency a contract which defines the tasks involved in supervision. Specialist supervision is carried out both directly and indirectly. Direct specialist supervision is carried out on site and consists of the supervision of the volume and quality of any works performed. Indirect specialist supervision consists of the verification of orders placed and arrangements put in place by the maintenance contractor under a regular maintenance contract and of the verification of any documentation which the contractor tenders as evidence of performance of any of the works.

The contractor must also provide the specialist supervisor with access to any other documentation, if such documentation contains information about the works being carried out.

Where works are allocated to a number of contractors, the contractor may conclude a written contract governing performance, time limits for completion and any safety measures necessary to protect the property of the client and other contractors only once he has obtained the client’s prior approval.



6. TENDER SPECIFICATIONS

(see also chapter 1)
In the second tendering stage, only documents and statements which are submitted in accordance with the tender specifications are evaluated. Documents and statements must reflect the actual facts and circumstances prevailing at the time of submission of the tender.

The criterion for the selection of the most favourable offer is the lowest tender price.


7. CO-OPERATION

Communication between maintenance contractors and the Slovene Roads Agency takes place via the specialist service which carries out the supervision of regular road maintenance. Instructions for the performance of regular maintenance are uniform across the whole of the country. Contractors are required to inform the Slovene Roads Agency promptly of any incidents taking place on the roads. The Agency, in turn, forwards any requests or notifications to the specialist service, which then carries out supervision of regular road maintenance.
Supervisors carry out the supervision of maintenance works on site. Supervisors also work in co-operation with representatives of the contractors concerned, coordinate work and issue instructions, convene and conduct meetings relating to regular road maintenance with works managers and propose, and inform the client of, any changes to the plan.

Maintenance contractors must prepare in advance a maintenance plan covering the month ahead up until the 25th day of the month in question. Works are planned according to need and the financial resources available. The monthly execution plan is drawn up on the basis of priorities agreed with the regular maintenance supervisor and confirmed by the Slovene Roads Agency.

The contractor is also required to work in co-operation with the client in order to implement procedures associated with national road management, such as those pertaining to the drafting of prior opinions on the feasibility of specific works, guidelines for planning performance, project conditions, as well as to the obtaining of consents, approvals, service contracts, building contracts and other accompanying documentation issued by regional offices of the Slovene Roads Agency under the relevant regulations and the operational procedures and methods specified for individual road complexes by the managers of regional offices.
On behalf of the client and under the relevant legislation, the contractor must report to the appropriate institutions any illegal encroachment into the safety clearance area of a road, its carriageway or aerial space.

THE PERIODIC MAINTENANCE OF NATIONAL ROADS
(rehabilitation and repair)

1. TYPE OF CONTRACT

The budget of the Republic of Slovenia allocates funds annually to the Slovene Roads Agency for approximately 700 projects.

Works are published through procurement procedures in accordance with the Slovene Public Procurement Act. The Agency publishes on its website all calls for tenders which are subject to public procurement under the Slovene Public Procurement Act. At the same time, such calls are published on the Public Procurement Portal and withdrawn on expiry of the tendering deadline.

A number of different sample construction contracts are in use (one-year, two-year, with or without a guarantee, with or without partners, with or without co-financing).

In principle, these contracts are uniform in content across the entire territory of Slovenia, although they may be subject to minor or major alterations, depending on the scope and value of the works.

Such contracts are composed of:

- the subject of the contract
- the contract value of the works
- the completion deadline (determined already in the tendering documentation, depending on the scope of the works)
- the obligations of the contractor and of the client
- the invoicing method for the works performed
- the payment method for the works performed
- contractual penalties
- the maintenance period
- the authorised representatives of the client and specialist supervision
- the settlement of disputes arising from contract performance
- final provisions

A tender forms an inherent part of a contract. Contract works are carried out on the basis of the pre-determined project documentation and the works specification. However, in respect of minor investments, a works specification based on prior carriageway construction dimensions is sufficient on its own.

2. RISKS

The works agreed under a signed contract are carried out and invoiced in keeping with that contract, any budget amendments adopted for the year in question and the pre-determined payment schedule.

The contractor invoices any works performed according to unit prices set out in the offer cost estimates. Every month the contractor submits a monthly statement of the works carried out to the client for his inspection and verification. The client is required to confirm or reject such an invoice or statement within 15 days of receipt. Payments are made within 30 days of the formal receipt of the invoice or statement.

In the event of a delay or an overrun of the completion deadline, as defined in the confirmed monthly execution plan, the client is entitled to charge any penalties agreed under the contract.

Contractors do not receive any performance improvement incentives for regular maintenance.


3. PAYMENT

The contractor invoices the works performed according to unit prices set out in the cost estimates and against the actual quantities performed and verified by the supervisor in the invoicing book.

In principle, payment delays never occur, because all funds from the budget are allocated once the contract is signed.

4. INFORMATION

Contractors may obtain basic information about specific procurement orders in the list of current public procurement orders published on the Slovene Roads Agency’s “Calls for Tenders" internet portal. They also have access to the tender documentation and other documents (such as any amendments or clarifications) and can thus prepare to submit a tender.

The tender documentation consists of “the Works Specification" which defines the contents of the works (tender cost estimates and a description of the works), “the Instructions for the Submission of Tenders”, which define rules for the preparation, submission and selection of tenders, as well as sample offer documentation. As a general rule, when submitting offers, tenderers use templates, with minor or major amendments, which are modelled on the most frequent procurement orders used by the Agency.

Any amendments to the tender documentation concerning individual orders and various clarifications are published exclusively on the Agency’s internet site. Amendments form an inherent part of the tender documentation and need to be observed when preparing offers. Clarifications regarding the tender documentation are provided only in response to questions received in writing by post, e-mail or fax.

Important notices and instructions concerning and applicable to all of the Agency’s procurement orders are also published on the aforementioned internet site.

The offer documentation must be prepared in accordance with the requirements and proposals contained in the tender documentation. It consists of the following documents:
 The offer
 Background corporate information
 Evidence of compliance with the pre-qualification criteria
 The order specification and cost estimates
 The execution schedule and invoicing
 A tendering guarantee

In addition to the contractor’s offer, the following also form part of the contract:

1. the project documentation,
2. the general terms and conditions of contract,
3. the special conditions of contract for construction projects,
4. general technical conditions, special technical conditions

Special building standards, which do not contradict the terms of the contract, are also applicable.

By signing the contract, the contractor declares that he is aware of the subject of the contract and all the accompanying risks pertaining to performance, that he is familiar with the tender criteria and the project documentation adopted, and that he clearly understands the conditions and circumstances for the appropriate execution of the works.

When presenting to the client a statement of the works he has carried out, the contractor must also submit completed forms enabling the inputting of data on any works completed into the client’s Road Data Bank.

5. QUALITY

In accordance with the relevant regulations, the contractor is required to present any necessary proof of the quality of any materials used or any works performed (this is known as internal quality control). However, the Slovene Roads Agency may entrust its contractual supervisors with the task of organising external quality control, as well. In doing so, the Agency ensures that tests and measurements of any materials used or works carried out are taken simultaneously by two different competent and independent institutions. The results of both control procedures are compared and, in the event of a discrepancy, the Agency takes appropriate steps as stipulated by the terms of the contract (for example, seeks a discount, makes a complaint or calls up the guarantee).

The supervision of the maintenance works is carried out by authorised supervisors employed by the road operator’s specialist service. By means of a call for tenders, the Slovene Roads Agency selects contractors to perform specialist supervision of individual budget projects. Such contractors, in turn, conclude with the Agency a contract which defines the tasks involved in supervision.

The supervisor, or rather, the competent supervisor, ensures and is responsible for the execution of any measures necessary and for the issuing of the required health and safety documentation which the client is obliged to issue under the Regulation governing Health and Safety at Work on Temporary and Mobile Construction Sites.

Specialist supervision is carried out on site and consists of the supervision of the volume and quality of any works performed. It also consists of the verification of orders placed and arrangements put in place by the maintenance contractor under a regular maintenance contract and of the verification of any documentation which the contractor tenders as evidence of performance of any of the works.

Where works are allocated to a number of contractors, the contractor may conclude a written contract governing performance, completion deadlines and any safety measures necessary to protect the property of the client and other contractors only once he has obtained the client’s prior approval .

6. TENDER SPECIFICATIONS

The offer documentation must be prepared in accordance with the requirements and proposals contained in the tender documentation. It consists of the following documents:
 The offer
 Background corporate information
 Evidence of compliance with the pre-qualification criteria
 The order specification and cost estimates
 The execution schedule and invoicing
 A tendering guarantee

The tenderer must ensure compliance with all the pre-qualification criteria. Any business entity participating in the tender (as a tenderer, a partner or a subcontractor) must meet the basic conditions and those relating to his financial history, standing, liquidity and client references in respect of the work which he undertakes under the contract.

In the evaluation stage, only documents and statements which are submitted in accordance with the tender specifications are evaluated. Documents and statements must reflect the actual facts and circumstances prevailing at the time of submission of the tender.

The criterion for the selection of the most favourable offer is the lowest tender price.

7. CO-OPERATION

Communication between the contractors and the Slovene Roads Agency takes place through the competent works supervisors.

The competent supervisor also works in co-operation with the contractor’s representatives, coordinates work and issues instructions, convenes and conducts operational meetings concerning execution on the contractor’s behalf with the works manager and proposes, and informs the client of, any changes to the plan.

THE ROUTINE AND PERIODIC MAINTENANCE OF BRIDGES


1. TYPE OF CONTRACT:

• The main structure of the contract and its contents:

In terms of periodic maintenance, two types of contracts may be distinguished:
1) contracts for minor repairs to be carried out on structures,
2) contracts for the rehabilitation of bridge structures.

1) The principal contents of a contract for repairs on structures include:
- the table of contents,
- the value of the contract works,
- the completion deadline,
- the client’s obligations,
- the contractor’s obligations,
- the method of invoicing any works carried out (in practice, invoicing in this case is based on the bill of quantities and the fixed prices of individual works),
- the method of payment for any works carried out,
- the contractual penalties for any deadline overrun (up to 10% of the contract value),
- the authorised representative and specialist supervision,
- the settlement of disputes,
- final provisions.

2) The principal contents of a contract for the rehabilitation of bridge structures include:

- the table of contents,
- the value of the contract works,
- the completion deadline,
- the client’s obligations,
- the contractor’s obligations,
- the method of invoicing any works carried out (in practice, the contract value is fixed – turnkey projects),
- the method of payment for any works carried out,
- the contractual penalties for any deadline overrun (up to 10% of the contract value),
- the maintenance period,
- the authorised representative and specialist supervision,
- the settlement of disputes,
- final provisions.

Unlike contracts for minor repairs to be carried out on structures, rehabilitation contracts contain the following important provisions:

- the contractor must procure a works project and submit an application to the Slovene Roads Agency for an update to be made to the Road Data Bank (RDB),
- a guarantee covering the remedy of any defects during the maintenance period (up to 5% of the contract value) – this guarantee will be used to remedy any defects during the maintenance period. The contractor issues a completion guarantee valid for a period of five years. The maintenance period of producers or suppliers applies to any installed equipment or industrial products.
- a performance bond (up to 10% of the contract value) – this bond will be used to remedy any defects during construction, in the event of the contractor showing no inclination to remedy them. Its term of validity must run until at least one day after the successful handover.

• Definition of terms:
• Contracts for minor repairs to be carried out on structures: The Slovene national road network is divided into nine road areas. Financial resources are usually distributed in proportion to these areas. Contracts are concluded with the most attractive contractors, selected through a screening process, in respect of repairs to particular designated bridge structures, which are defined in detail. The supervisor draws up a repairs plan each year in advance.

• Contracts for the rehabilitation of bridge structures: Rehabilitation is carried out according to works projects which define in detail the scope and type of work.

• Types of work offered by the contracts
1) Contracts for minor repairs to be carried out on structures:
The types of services included in these contracts are: the repair (patching) of asphalt surfaces and the horizontal waterproofing of any layers beneath the carriageway, the repair of concrete halls, concrete pavement edges, fencing and stone paving which protects the foundations of structures, minor repairs of the concrete wings of structures and the painting and repair of the fencing of bridge structures.

2) Contracts for the rehabilitation of bridge structures: The scope and method of performance of any works is defined by performance projects. Rehabilitation contracts primarily involve the repair and replacement of equipment used on structures and the repair of minor structural damage to structures. However, they also entail any alteration of the building plans of structures. They are primarily distinguished from contracts for minor repairs to be carried out on structures by the fact that they involve more extensive work.

• Are these performance-based contracts?
No.

• The annual contract management system
1) Contracts for minor repairs to be carried out on structures:
The supervisor of bridge structures, who is recruited by the investor (the Slovene Roads Agency), draws up a repairs plan each year in advance, taking account of the financial resources at his/her disposal.

2) Contracts for the rehabilitation of bridge structures:
The rehabilitation plan is determined by the budget adopted for the forthcoming two years. It is largely drawn up on the basis of regular and main inspections of structures.

• Size /scope of the contract
1) Contracts for minor repairs to be carried out on structures:
These contracts are concluded for priority works to be carried out on bridge structures, as per the structures supervisor’s plan.

2) Contracts for the rehabilitation of bridge structures:
Rehabilitation contracts involve works defined in project design specifications.

• About the contracts
1) Contracts for minor repairs to be carried out on structures:
The Slovene national road network is divided into nine road areas. Financial resources are usually distributed in proportion to these areas. Contracts are concluded with the most attractive contractors, selected though a screening process, in respect of repairs to particular designated bridge structures, which are defined in detail. The supervisor draws up a repairs plan each year in advance.

2) Contracts for the rehabilitation of bridge structures:
Approximately 30 replacement, redevelopment and rehabilitation projects are carried out every year. The number of rehabilitation projects may vary from year to year and is primarily dependent on the type of structures included in the budget of a given year. Rehabilitation contractors are selected by means of a procurement procedure. The outline costs of rehabilitation are set out in design cost estimates.


2. RISKS

1) Contracts for minor repairs to be carried out on structures:
These contracts do not require performance bonds or guarantees covering the remedy of defects during the maintenance period. Such guarantees are not required because the contracts involve minor repairs which typically take only a short time to complete. The quality of such repairs is ensured, however, by regular works checks carried out by the client’s supervision engineer. As the values of these contracts are lower than the value (EUR 96,000 plus VAT) of contracts subject to a procurement procedure under the Slovene Public Procurement Act, five potential contractors are invited to submit a tender. Tenders are invited from contractors with appropriate references and, as these frequently collaborate on other projects with the Slovene Roads Agency, there is little risk of non-completion on the contractor’s part. These contracts specify penalties for any completion delays.

2) Contracts for the rehabilitation of bridge structures:
The risks to which the client is most likely to be exposed primarily concern unreliability of contracts, works performed to an inadequate standard, delays in remedying defects during the maintenance period and overruns of completion deadlines.

A performance bond protects the client from unreliable tenders. The client is entitled to call up the aforementioned bond, should the contractor withdraw his bid once the evaluation process has commenced, fail to provide any real evidence of the assertions he has made in the tender within the prescribed time limit, refuse to conclude the contract, or fail to present performance bonds on conclusion of the contract.

During the construction period, the client is protected by a performance bond. Should the contractor refuse to remedy any defects while construction is in progress, the client may remedy them at the contractor’s expense by calling up the bank bond given to him by the contractor upon commencement of the works.

A guarantee covering the remedy of any defects during the maintenance period protects the client in the event of the contractor showing any disinclination to remedy any defects during the maintenance period. The client may remedy them at the contractor’s expense, by calling up the bank guarantee given to him by the contractor following the technical inspection or handover.

The client may resort to contractual penalties if the contractor overruns the contract deadline.

Where the standard of quality of the works falls below that required, the client may evaluate such shortcomings and deduct them from the contractor’s contract value.


3. PAYMENT

1) Contracts for minor repairs to be carried out on structures:
Works carried out are invoiced and paid by means of monthly statements, in accordance with the contracts signed and a pre-determined payment schedule. The costs of these contracts are specified in the budget, in order to prevent any payment delays. While works are typically invoiced according to the actual volume of the works carried out, contract prices are fixed. In the event of a deadline overrun by the contractor, the client is entitled to charge any contractual penalties. The contractor is not entitled to claim any incentives if he completes the works ahead of schedule or performs the works to a quality higher than that expected.

2) Contracts for the rehabilitation of bridge structures:
Works carried out are invoiced and paid by means of monthly statements, in accordance with the contracts signed and the pre-determined payment schedule. The costs of contract works are specified in the budget, in order to prevent any payment delays. The costs of rehabilitation contracts are normally fixed, as per the turnkey model. The value of rehabilitation works is assessed against design cost estimates, but their final value depends on the prices quoted in the most favourable bids. In the event of a deadline overrun by the contractor, the client is entitled to charge any contractual penalties. The contractor is not entitled to claim any incentives if he completes the works ahead of schedule or performs the works to a quality higher than that expected.


4. INFORMATION

• Attachments containing information available for use with the tender documentation
1) Attachments accompanying the tender documentation for contracts for minor repairs to be carried out on structures include:
- specification.

2) Attachments accompanying the tender documentation for contracts for the rehabilitation of bridge structures:
- technical report,
- specification,
- the option of gaining access to projects.

• What is included in the road network and what is not?
There are around 1,400 bridge structures in Slovenia with a span exceeding 5 m.
During rehabilitation or minor repairs of bridge structures, works are mainly limited to the structures themselves. Other than that, the periodic subconcreting of foundations, the protection of foundations against erosion, the reinforcement of riverbeds underlying structures and similar operations are the only works which are carried out.

• How is data processed and what records of data and works are kept?
The Slovene Roads Agency maintains a database of all bridge structures, called the Bridge Structures Road Data Bank (RDB). On completing rehabilitation, the contractor must send to the Slovene Roads Agency a statement of any alterations he has made. The Agency uses such statements to keep the RDB up-to-date.

The Bridge Structures RDB contains the following information: structure code (a code is assigned to each structure), road, section, distances between survey stations, features bridged (e.g. watercourses, rail tracks etc.), location where the structure is situated, type of structure (bridge, flyover, underpass, viaduct etc.), structure manager, year of construction, year of rehabilitation or refurbishment, bypass, dimensions (number of arches, bridge span, width of carriageway and corridors, the total width of the structure, clearance), load-carrying constraints, such as intersections between the structure and the bridge-over (e.g. watercourse), construction materials.

In addition to RDB, the Slovene Roads Agency also maintains an inspections database for:
- regular and general inspections of structures (regular ones being carried out every two years and general ones every 6 years),
- regular and general inspections of steel structures (regular ones being carried out annually and general ones every 5 years)

The contractors performing regular and general inspections draw up minutes for each structure inspected, detailing any damage and any proposal for rehabilitation. The regular and general inspection minutes also contain structure ratings, which are assigned through special methodology and assessment. Such ratings and assessments enable the weakest structures to be disaggregated from the inspections database and referred for rehabilitation.

5. QUALITY

• Supervision by the client
The Slovene Roads Agency selects a competent company to carry out supervision through a procurement procedure. Supervision is carried out under the applicable building legislation. The most important duties of supervision engineers include:
- verification of the compliance of the works carried out with the project documentation (in the case of rehabilitation),
- verification of the quality of performance,
- verification of the invoicing for the works carried out,
- verification of the compliance of performance with the execution schedule, and the like.

• Requests concerning management
Under the terms of the contract, the contractor carries out the works according to the execution schedule. In the event of a delay in meeting the execution schedule, the contractor is required to alter the schedule accordingly.
If the contractor wishes to employ a subcontractor in respect of specific works, he must obtain the prior approval of the Slovene Roads Agency.

6. TENDER SPECIFICATIONS

1) Contracts for minor repairs to be carried out on structures:
The contracts for minor repairs to be carried out on structures have values not in excess of those prescribed for small orders in the Slovene Public Procurement Act. For this reason, no procurement procedure is required. Instead, five potential contractors are invited to submit tenders and any appropriate references.

The following are the criteria for recognising the qualification of business entities participating in the tender:

- Basic ability:
• is registered for the activity which he intends to carry out as part of the tender,
• has not been convicted of any offence concerning his business operations by a judgement which has the force of res judicata,
• has not been the subject of administration, bankruptcy, winding-up or other similar proceedings, and no such proceedings are pending against him,

- Financial ability:
• has not had a transaction account blocked in the six months preceding the tender deadline,

- Technical abilities:
• possesses adequate technical abilities (modern construction plant and equipment) to enable all the works to be carried out to a high standard of quality,

- Staffing abilities:
• He must have in place a works manager who meets the following requirements:
 a successfully completed qualification entitling the holder to work as a works manager in the building industry,
 previous experience as a works manager on at least one comparable project during the ten years immediately preceding the publication of the call for tenders,

- References:
• successful completion of at least one comparable project in the five years preceding the publication of the call for tenders.

The criterion for the selection of the most favourable offer is the lowest tender price.

2) Contracts for the rehabilitation of bridge structures:

Typically, rehabilitation contracts have values in excess of those (EUR 96,000 EUR plus VAT) prescribed for small orders in the Slovene Public Procurement Act, which is why a procurement procedure is required in this case. Any submissions received in response to a call for tenders are verified for compliance with the pre-qualification criteria.

The following are the criteria for recognising the qualification of business entities participating in the tender:

- Basic ability:
• is registered for the activity which he intends to carry out as part of the tender,
• has not been convicted of any offence concerning his business operations by a judgement which has the force of res judicata,
• has not been the subject of administration, bankruptcy, winding-up or other similar proceedings, and no such proceedings are pending against him,

- Financial ability:
• an average annual turnover over the past three years of at least twice the value of the offer price (plus VAT) for the works which he intends to carry out,
• has not had a transaction account blocked in the six months preceding the tender deadline,
• has paid off any maturing liabilities to his suppliers and subcontractors,

- Technical abilities:
• possesses adequate technical abilities (modern construction plant and equipment) to enable all the works to be carried out to a high standard of quality,

- Staffing abilities:
• He must have in place a works manager who meets the following requirements:
 a successfully completed qualification entitling the holder to work as a works manager in the building industry,
 previous experience as a works manager, during the ten years immediately preceding the publication of the call for tenders, on at least one equivalent project with a minimum value of 70% (plus VAT) of the tenderer’s offer value,.

- References:
• successful completion, in the five years preceding the publication of the call for tenders, of at least one equivalent project with a minimum value of 70% of the project which he intends to carry out as part of the tender,

- Liquidity:
• has fulfilled any contractual or other commitments to the client in the year preceding the publication of the call for tenders,
• has not had any of his performance bonds or guarantees covering the remedy of any defects during the maintenance period called up in the year preceding the publication of the call for tenders,
• has not submitted, as part of his offers to the client, any documents, statements or other assertions which have been shown to be false or misleading in the year preceding the publication of the call for tenders,
• is not on the tenderers’ blacklist maintained by the government department in charge of finance.
• has not been found liable, in the year preceding the publication of the call for tenders, for any serious professional malpractice while carrying out equivalent projects (e.g. substandard performance, quality lower than that agreed, or similar).

The criterion for the selection of the most favourable offer is the lowest tender price.


7. CO-OPERATION

Co-operation between the client and the contractor takes place via the specialist service carrying out supervision and takes the form of a traditional client–contractor relationship based on mutual agreement. The contractor performs the contract works, while the supervision engineer carries out supervision in accordance with a contract concluded with the client and any applicable building legislation.

Both parties involved are responsible for the quality of any works carried out. The contractor is required to draw attention to any shortcomings in the project and suggest possible improvements.
Icelandic to English: Tobacco products visibility ban
Source text - Icelandic
REGLUGERÐ
um smásölu tóbaks.

1. gr.

Til að selja tóbak í smásölu þarf leyfi heilbrigðisnefndar á viðkomandi eftirlitssvæði.

Til reksturs sérverslunar með tóbak, þ.e. verslunar sem einkum hefur tóbak og reykfæri á boðstólum, þarf, auk almenns leyfis til að selja tóbak í smásölu skv. 1. mgr., sérstakt leyfi heilbrigðisnefndar á viðkomandi eftirlitssvæði.

Leyfi skv. 1. og 2. mgr. skulu veitt til fjögurra ára í senn og verða einungis veitt einstaklingum eða lögaðilum sem fullnægja almennum skilyrðum laga um verslunaratvinnu og ákvæðum reglugerðar þessarar.

Sveitarfélögum er heimilt að innheimta gjald fyrir leyfi skv. 1. og 2. mgr. og eftirlit með starfsemi leyfishafa að fenginni umsögn heilbrigðisnefnda. Um gjaldtöku fer samkvæmt lögum um hollustuhætti og mengunarvarnir.

2. gr.

Tóbaki og vörumerkjum tóbaks skal komið þannig fyrir á útsölustöðum tóbaks að það sé ekki sýnilegt viðskiptavinum. Í sérverslunum með tóbak, sbr. 2. mgr. 1. gr., er þó heimilt að koma tóbaki og tóbaksvörumerkjum þannig fyrir innan verslunar, að það sé sýnilegt við¬skiptavinum þegar inn í verslunina er komið en ekki að utan.

Í samræmi við ákvæði laga um tóbaksvarnir eru hvers konar auglýsingar á tóbaki og reykfærum bannaðar í verslunum, þ.m.t. í sérverslunum með tóbak með þeim undan¬tekningum sem leiða af 1. mgr.

3. gr.

Auðkenna skal sérverslun með tóbak, skv. 2. mgr. 1. gr., með nafni og undirtitlinum „sérverslun með tóbak“. Nafn verslunarinnar má ekki fela í sér vörumerki tóbaks.

4. gr.

Tóbak má hvorki selja né afhenda einstaklingum yngri en 18 ára. Bann þetta skal auglýst með áberandi hætti þar sem tóbak er selt. Leiki vafi á um aldur kaupandans getur sala því aðeins farið fram að hann sýni með skilríkjum fram á að hann sé orðinn 18 ára.

5. gr.

Þeir einir sem orðnir eru 18 ára mega selja tóbak.

Heilbrigðisnefnd á viðkomandi eftirlitssvæði getur veitt tímabundna undanþágu frá þessu ákvæði 1. mgr. um aldurstakmark enda liggi fyrir mat nefndarinnar um að ekki sé unnt að ráða einstakling til starfans sem orðinn er 18 ára.

Slíkar undanþágur skal einungis veita í undantekningartilvikum og aldrei lengur en til sex mánaða í senn. Óheimilt er að veita undanþágu vegna ungmenna yngri en 16 ára.

Umsóknum um undanþágur skulu fylgja upplýsingar um að umsækjandi hafi auglýst eftir starfsmönnum 18 ára eða eldri en engar umsóknir borist eða staðfesting vinnumiðlunar Vinnumálastofnunar á svæðinu um að atvinnuástand á svæðinu sé þannig að erfitt sé að fá starfsmenn 18 ára eða eldri til verslunarstarfa.

Að öðru leyti skal höfð hliðsjón af ákvæðum reglugerðar nr. 426/1999, um vinnu barna og unglinga, vegna vinnu ungmenna undir 18 ára aldri.

6. gr.

Bannað er að selja tóbak úr sjálfsölum.

Ekki er heimilt að selja sígarettur í minna magni en heilum 20 stykkja pökkum.

Bannað er að flytja inn, framleiða og selja fínkornótt neftóbak. Með fínkornóttu nef¬tóbaki er átt við neftóbak þar sem að minnsta kosti helmingur korna er minni en 0,5 mm að þvermáli.

Bannað er að flytja inn, framleiða og selja munntóbak, að undanskildu skrotóbaki. Með skrotóbaki er átt við tóbak í bitum sem sett er í munn og tuggið. Kornótt munntóbak og munn¬tóbak sem selt er í grisjum telst ekki skrotóbak.

7. gr.

Um eftirlit með því að ákvæði reglugerðar þessarar séu virt, svo og um brot gegn ákvæðum hennar fer skv. VI. kafla laga nr. 6/2002, um tóbaksvarnir.

8. gr.

Reglugerð þessi sem sett er með stoð í 8. og 16. gr. laga nr. 6/2002, um tóbaksvarnir, öðlast þegar gildi. Við gildistöku hennar fellur úr gildi reglugerð nr. 251/1997, um bann við sölu á munntóbaki og fínkornóttu neftóbaki, og reglugerð nr. 543/2001, um tímabundnar undanþágur frá 18 ára aldurstakmarki vegna sölu tóbaks, samkvæmt lögum um tóbaksvarnir nr. 74/1984, með síðari breytingum.

Heilbrigðis- og tryggingamálaráðuneytinu, 12. apríl 2007.

Siv Friðleifsdóttir.
Davíð Á. Gunnarsson.
Translation - English
REGULATION
on the retail sale of tobacco

Article 1

The sale of tobacco shall be subject to a licence issued by the Health Commission of the relevant control area.

The operation of tobacco specialist shops, i.e. shops which stock only tobacco and smoking apparatus, shall, in addition to the general licence for the retail sale of tobacco referred to in Article 1, also be subject to a special licence issued by the Health Commission of the relevant control area.

The licences referred to in the preceding two paragraphs shall be valid for four years at a time and shall only be issued to individuals or legal entities who comply with the general provisions of the Trading Act and any regulations passed under it.

Local authorities shall be authorised to collect a charge for the licences referred to in the first two paragraphs of this Article and to inspect the activities of authorised dealers at the request of the health commission. The charge shall be levied in accordance with the Hygiene and Anti-Pollution Protection Act.

Article 2

Tobacco and tobacco brands shall be shelved at tobacco sales outlets in such a way that they are not visible to customers. However, specialist shops referred to in Article 1 (2) shall be allowed to shelve tobacco and tobacco brands in such a way that they are visible to customers once they enter the shop, but not from the outside.

In accordance with the Tobacco Products Act, open display of any advertising pertaining to tobacco or smoking apparatus shall be banned in shops, including specialist shops, without prejudice to the exemption referred to in the first paragraph of this Article.

Article 3

Specialist tobacco shops referred to in Article 1 (2) shall be identified by the name and the title “tobacco specialist” underneath. The name of the shop may not contain that of any tobacco brand.

Article 4

Tobacco may not be sold or supplied to persons under the age of 18. Shops selling tobacco shall display a notice of this ban in a prominent place. Where there is any uncertainty as to the age of the customer, the sale may only take place provided that the customer demonstrate by means of an identification document that he/she has reached 18 years of age.

Article 5

Tobacco may only be sold by persons above the age of 18.

However, the Health Commission of the relevant control area may grant a temporary exemption from the age limit provision of the first paragraph of this Article if the Health Commission ascertains that a specific shop is unable to employ a person above the age of 18 for this purpose.

Such exemptions shall only apply in exceptional cases and must at no time be valid for more than six months at a time. It shall not be permitted to grant an exemption in respect of a person below the age of 16 in this respect.

Applications for exemption must be accompanied by information demonstrating that the applicant has advertised a vacancy for workers aged 18 or over. No application shall be granted unless confirmation can be obtained from a regional office of the Icelandic Labour Directorate to the effect that due to regional employment circumstances it is difficult to recruit a person aged 18 or above for the post.

Where a person below the age of 18 sells tobacco, the provisions of Regulation No 426/1999 on Work carried out by Children and Young People must be complied with.

Article 6

The sale of tobacco from vending machines shall be banned.

The sale of cigarettes in packs which do not contain 20 whole cigarettes shall not be permitted.

The importation, production or sale of fine-ground nasal snuff shall be banned. Fine-ground nasal snuff shall mean snuff at least one half of whose grains are smaller than 0.5 mm in diameter.

The importation, production or sale of smokeless tobacco, with the exception of skrotóbak, shall be banned. Skrotóbak shall mean chopped tobacco which is placed in the mouth and chewed. Ground smokeless tobacco and smokeless tobacco in pouches shall not be considered to be skrotóbak.

Article 7

For the purpose of inspecting compliance with, or any breach against, the provisions of this Regulation, Chapter VI of Law No 6/2002 on Tobacco Products shall apply.

Article 8

This Regulation which is laid down under Article 8 and 16 of Law No 6/2002 on Tobacco Products shall come into force on the date of its publication. In accordance with the Law No 74/1984 on Tobacco Products and later amendments, this Regulation shall replace Regulation No 251/1997 on the Ban on the Sale of Chewing Tobacco and Fine-ground Nasal Snuff and Regulation No 543/2001 on Temporary Exemptions from the Age Limit of 18 in respect of Tobacco Sales.

The Icelandic Ministry of Health and Social Security, 12 April 2007.

Siv Friðleifsdóttir
Davið Á. Gunnarsson
Danish to English: A qualitative risk analysis
Source text - Danish
1. Konklusion og anbefalinger

Der er gennemført en kvalitativ risikoanalyse med det formål at identificere steder på anlægget, hvor der potentielt kan forekomme eksplosiv atmosfære, at vurdere hvorvidt der er potentielle antændelseskilder til stede, og hvorvidt der er truffet tilstrækkeligt med foranstaltninger til at forhindre, at

1. Farlig eksplosiv atmosfære opstår.
2. Tændkilder vil være effektive.
3. Eksplosioner vil føre til skader på mennesker.

Konklusionerne fra risikoanalysen er at arbejdspladsen i det store hele opfylder formålene med ATEX direktivet, men at skal træffes visse yderligere foranstaltninger. Disse foranstaltninger er givet som anbefalinger i afsnit 2.1, nedenfor.

Såfremt anbefalingerne gennemføres, vurderes det, at udformningen, anvendelsen og vedligeholdelsen af arbejdssteder og arbejdsudstyr, herunder advarselsanordninger, er sikkerhedsmæssigt forsvarlig. Derudover vurderes det, at der generelt er truffet rimelige foranstaltninger til sikker brug af arbejdsudstyr.

1.1 Anbefalinger
Implementeringen af følgende anbefalinger bør gennemføres for at møde kravene i ATEX direktivet:
• For nuværende ventileres det brandfrie rum af en åben ventilationskanal til det fri. Tvungen ventilation bør overvejes, så der opretholdes undertryk i rummet. Udsugning bør udføres så der ikke ved fejl er risiko for at gas akkumuleres i teknikrummet, der er placeret ovenpå det brandfrie rum, men derimod ledes igennem teknikrummet ud til fri luft.
• I brandfrit rum opbevares æteriske olier i papkasser. Olierne bør flyttes til stålhylder eller lignende, da papkasser let kan blive ustabile og møre.
• Ved overløbstanken bør installeres en niveauføler med alarm, og der bør udarbejdes en procedure for regelmæssigt check af niveau og evt. tømning af tanken.
• Døren til det brandfrie rum er en branddør, det bør checkes om der er et krav om at døren skal udstyres med en anordning så den lukkes automatisk.
• Scenariet med spild af sprit bør indgå i beredskabsplanen og situationen øves, således at der kan handles hurtigt og korrekt hvis uheldet er ude.
• Det bør overvejes at anvende spildbakke med 10 cm kanter, indrettet således, at spild ikke normalt kan forekomme udenfor spildbakken, jævnfør de tekniske forskrifter for brandfarlige væsker.
• Det bør undersøges, om det er nødvendigt at sikre en potentialudligning mellem sprittanke og den nedgravede overløbstank, således at der ved en overførsel ikke sker gnistudladning som en følge af elektrostatisk opladning. Desuden bør det kontrolleres at der ikke er en stor fri faldhøjde fra gulvniveau til bunden af overløbstanken.
• Det kan overvejes at benytte jern- eller anden metalbeholder (der er ledende) til overføring af sprit. Dette anbefales i de tekniske forskrifter, når modtagebeholderen er større end 5 liter. I tillæg bemærkes det, at det amerikanske National Fire Protection Agency (NFPA) forbyder brug af plastbeholdere til så flygtige væsker, med undtagelse af benzin.
• Hvis temperaturstyringen svigter i kipgryden, vil spritten kunne nå sit kogepunkt med kraftig dampudvikling til følge. Pålideligheden af temperaturstyringen bør dokumenteres.
• Såfremt der ikke er eksplosionsaflastning på sigte, bør dette installeres.
• Da ventilation er en vigtig foranstaltning til at sikre mod brand og eksplosionsfare bør der installeres alarm-lamper for udfald af ventilation på alle kritiske steder hvor folk opholder sig. Udfald af punktsug må som udgangspunkt opfattes som kritisk. Derfor er der i dag allerede visuel visning af, om et givet punktsug kører.
• I klassificerede områder er der ældre el-installationer der bør kontrolleres for egnethed og evt. udskiftes/fjernes. Appendiks E indeholder en foreløbig liste.
• Det anbefales, at der foretages en gennemgang af virksomhedens organisatoriske foranstaltninger med henblik på at dokumentere, og hvis det kræves, forbedre procedurer for arbejde i potentielt eksplosive atmosfærer, således at de lovgivningsmæssige krav til organisatoriske foranstaltninger opfyldes. Herunder skal det dokumenteres at der er truffet foranstaltninger til sikker brug af arbejdsudstyr. Dette kan hensigtsmæssigt ske i form af egentlige arbejdspladsbeskrivelser for de områder, hvor dette ikke allerede er udarbejdet.
• Ud over de organisatoriske foranstaltninger der knytter sig til de arbejdsmiljømæssige aspekter nævnt ovenfor, bør der som supplement til dette dokument udarbejdes en evakuerings- og beredskabsplan, der tager hensyn til de mest sandsynlige scenarier for gasudslip. Yderligere bør dette dokument suppleres med oversigten over anlæggets flugtveje.
• Det anbefales, at Nycomed udarbejder en plan for koordinering af arbejdet i eksplosionsfarlige zoner i forhold til firmaer, f.eks. entreprenører og leverandører, der udfører arbejde på anlægget, således at de lovgivningsmæssige krav til koordineringspligt opfyldes. Tillige skal der være en person som er ansvarlig for implementering og vedligeholdelse af koordineringspligten.

Implementeringen af disse anbefalinger skal dokumenteres bl.a. gennem revision af dette eksplosionssikringsdokument.
Translation - English
1. Conclusion and recommendations

A qualitative risk analysis has been carried out in order to identify areas of the plant where explosive atmospheres may occur, to assess the presence of potential ignition sources, and to verify whether appropriate preventative measures have been taken

1. Any incidence where dangerous explosive atmospheres may occur.
2. Ignition sources becoming effective.
3. Explosions resulting in human injury.

The analysis found that, on the whole, the workplace complies with the objectives of the ATEX Directive, but that certain further measures need to be taken. These have been expressed in the form of recommendations under heading 2.1 below.

Where these recommendations have been implemented, the workplace and work equipment, including warning devices, are deemed to have been designed, operated and maintained with due regard for safety. In addition, it is deemed that arrangements have been made for the safe use of work equipment.

1.1 Recommendations
The following recommendations should be implemented in order to ensure compliance with the requirements of the ATEX Directive:
• Currently, the fire-proof room is vented to atmosphere through an open ventilation duct. Pressurised ventilation should be considered, in order to maintain low pressure in the room. Extraction should be installed, in order that, in the event of a defect, any risk of gas accumulating in the engine room which is situated above the fire-proof room may be prevented, the latter being vented to atmosphere through the engine room.
• In the fire-proof room, essential oils are stored in cardboard boxes. The oils have been moved to steel shelves because cardboard boxes could easily become worn and flimsy.
• The storage tank should be fitted with an alarm level gauge, and a procedure should be developed to regularly check the level or emptying of the storage tank.
• The door to the fire-proof room is a fire exit. It should be ascertained whether this door needs to be fitted with an automatic closure device.
• A spirit spillages action plan should be included in the Emergency Plan and drills carried out, so that such spillages can be tackled promptly and appropriately in the case of an accident.
• The use of spill trays with 10-cm high edges should be considered. They should be installed in order to prevent any leakage from the tray, see technical regulations for inflammable liquids.
• Consideration should be given to whether it is necessary to position the spirit tank on the same level as the sunken storage tank, so as to prevent spark discharges during transfer due to electrostatic charge. Checks should be made to ensure that the free drop from floor level to the bottom of the storage tank is not too great.
• Using a container made of (conductive) iron or other metal might be a good idea when transferring spirits. This is recommended in the technical regulations, in cases where receiver tanks are larger than 5 litres. It should also be pointed out that the U.S. National Fire Protection Agency (NFPA) prohibits the use of plastic containers for volatile liquids other than petrol.
• If a fault develops in the temperature control device in the top of the lid, heavy steaming will occur once the spirit reaches boiling point. The accuracy of the temperature control device should be documented.
• Arrangements should be made to install explosion relief, unless this is already in the pipeline.
• Since ventilation is an important measure for preventing fire and explosion hazards, alarm lamps should be installed to warn of ventilation shutdowns in all the critical places used by people. Any breakdown of a point exhaust should be considered critical. For this reason, a visual display indicating this is already available.
• The older electric installations in classified areas should be checked to see whether they are working properly and replaced/removed, if necessary. A provisional list in this regard may be found in Appendix E.
• It is recommended that the company’s arrangements for documenting and, if necessary, improving procedures for work in potentially explosive atmospheres be reviewed in order to ensure compliance with statutory requirements for organisational arrangements. This should include documentation certifying that arrangements have been made for the safe use of work equipment. This may suitably be ensured in the form of descriptions of the actual workplaces in areas where such documentation is currently unavailable.
• In addition to the organisational arrangements associated with the aspects of the working environment mentioned above, an Emergency and Evacuation Plan should be drawn up as a supplement to this document, in order to take account of the likeliest gas escape scenarios. The present document should also be supplemented with an overview of the plant’s escape routes.
• It is recommended that Nycomed draw up a plan for the coordination of work carried out in the plant by entrepreneurs and suppliers, for example, in potentially explosive zones, so as to ensure compliance with statutory requirements relating to the coordination duty. In addition, someone should be put in charge of implementing and maintaining the coordination duty.

Implementation of these recommendations must be documented, among other means, by reviewing this explosion safety document.
Dutch to English: Business contract
Source text - Dutch
CONTRACT
DeNox Katalysator
Project AVR SCR

Project: DeNox katalysator
Projectnummer: IAPRV0702
Documentnummer: IAPRV0702/
Datum: 28 augustus 2008
Status: Opdracht

CONTRACT

De ondergetekenden,

I. Haldor Topsøe A/S
Nymøllevej 55
DK-2800 Lyngby
Denemarken

rechtsgeldig vertegenwoordigd door:
de heer Klavs Beldring

hierna te noemen de “Leverancier”

EN

II. PRV Nederland B.V.
Rivierweg 20
6921 PZ Duiven
Nederland

rechtsgeldig vertegenwoordigd door haar directie:

de heer M.P. van Schravendijk en de heer G.W. Broens

hierna te noemen de “Opdrachtgever”

IN AANMERKING NEMENDE DAT :

· De Leverancier bekend is met de het door haar te realiseren werk en zichzelf
ziet als bij uitstek geschikt om dit soort werken uit te voeren;
· De Leverancier bekend is met de toepassing van het werk en de daarvoor
geldende eisen;
· De Leverancier onherroepelijk aan Opdrachtgever heeft aangeboden alle
Werkzaamheden voor de realisatie van het leveren van een DeNox Katalysator
uit te voeren zoals omschreven in de Technical Proposal van Leverancier.
· Opdrachtgever besloten heeft aan de Leverancier opdracht te geven voor het
leveren van de DeNox Katalysator (hierna te noemen “het Werk);

KOMEN OVEREEN ALS VOLGT :

1. ALGEMEEN

1.1 Volgende documenten maken deel uit van deze Overeenkomst tussen de
partijen en gelden voor zover daarvan in het onderstaande niet uitdrukkelijk wordt
afgeweken. In geval van tegenstrijdigheden of onduidelijkheden tussen
bepalingen in de contractdocumenten onderling, is er voor de praktische
uitvoering van de OVEREENKOMST de prioriteitsvolgorde van de documenten
als volgt:
Translation - English
AGREEMENT
deNOx Catalytic converter
Project AVR SCR

Project: deNOx catalytic converter
Project No: IAPRV0702
Document No: IAPRV0702/
Date: 28 August 2008
Status: Order

AGREEMENT

The undersigned,

I. Haldor Topsøe A/S
Nymøllevej 55
DK-2800 Lyngby
Denmark

legally represented by:
Mr Klavs Beldring

hereinafter referred to as “the Supplier”

AND

II. PRV Nederland B.V.
Rivierweg 20
6921 PZ Duiven
The Netherlands

legally represented by its Board of Directors:

Mr M. P. van Schravendijk and Mr G. W. Broens

hereinafter referred to as “the Principal”

WHEREAS:

• The Supplier is familiar with the work which he is to carry out, and regards himself as eminently competent to carry out this type of work;
• The Supplier is aware of the purpose of the work to be carried out and of the requirements applicable to it;
• The Supplier has irrevocably undertaken to place at the Principal’s disposal all his services to deliver a deNOx catalytic converter, as described in the Supplier’s Technical Proposal;
• The Principal has charged the Supplier with the task of delivering a deNOx catalytic converter (hereinafter referred to as “the Work”);

HAVE AGREED AS FOLLOWS:


1. GENERAL PROVISIONS

1.1 The following documents shall form part of the Agreement between the Parties and apply insofar as not expressly contradicted below. In the event of a discrepancy or ambiguity between the provisions of the Agreement documents, for the purposes of ensuring the practical implementation of the Agreement, the documents shall be given the following order of priority:

Translation education Master's degree - University of Westminster
Experience Years of experience: 13. Registered at ProZ.com: Oct 2005.
ProZ.com Certified PRO certificate(s) N/A
Credentials N/A
Memberships ITI, CIOL
Software Powerpoint, SDLX, Trados Studio
Website http://www.proz.com/profile/122429
Professional practices
Bio
Astrology, Astronomy, Aviation, Biotechnology, Building Industry, Business & Finance, Civil Engineering, Clinical Trials, Communications, Contracts, Defence, Energy, EU Matters, Environment, Fiction, Food & Agriculture, Geography, History, Human Rights, Immigration, Intellectual Property, IT, Legal (all types), Localisation, Marketing, Maritime, Medical, Multimedia, Pharmaceutical, Politics & Diplomacy, Property (incl. Law, Land Registration and Disputes), Science & Technology, Social & Public Policy, Transport

Over the past 15 years I have worked as a translator and conference interpreter in a wide variety of fields, ranging from politics and diplomacy via medicine and pharmaceuticals to engineering and waste management.

Accredited with ITI and IoL in the UK. A fully bilingual English and Croatian/Serbian native speaker, translator and conference interpreter based in Amsterdam, The Netherlands.
Keywords: native English translator, Nordic languages, languages of the Former Yugoslavia, reliable, fast, translation, conference interpreting, Trados, MultiTerm Extract, SDLX


Profile last updated
Oct 9, 2019