invitation to submit bids for the public tender web viewmulti-camera recording (4 rec/play-any...

209
TENDER DOCUMENTATION PUBLIC TENDER THROUGH THE OPEN PROCEDURE No. JN-B0643 PURCHASE OF AUDIO/VIDEO EQUIPMENT FOR OB VANS

Upload: haquynh

Post on 30-Jan-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

TENDER DOCUMENTATION

PUBLIC TENDER THROUGH THE OPEN PROCEDURE

No.

JN-B0643

PURCHASE OF AUDIO/VIDEO EQUIPMENT FOR OB VANS

Page 2: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

CONTENTS1 INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER...............................................................52 INSTRUCTIONS FOR MAKING BIDS....................................................................................................6

2.1 Contracting Authority of the public Tender.................................................................................62.2 Legal ground................................................................................................................................... 6

2.3 Basic rules of operation................................................................................................................6

3 SUBJECT OF THE PUBLIC PROCUREMENT......................................................................................73.1 GENERAL DESCRIPTION OF EQUIPMENT..................................................................................7

3.2 TECHNICAL REQUIREMENTS.......................................................................................................73.2.1 GENERAL TECHNICAL REQUIREMENTS.....................................................................................7

3.2.1.1 Technical documentation.......................................................................................................................73.2.1.2 Standards................................................................................................................................................73.2.1.3 Rejection of a bid...................................................................................................................................7

3.3 TECHNICAL SPECIFICATION........................................................................................................83.3.1 LOT A: VISION MIXER........................................................................................................................83.3.2 LOT B: ROUTER, MULTIVIEWER, DSK and AUDIO PROCESSOR.........................................12

3.3.2.1 ROUTER..............................................................................................................................................123.3.2.2 MULTIVIEWER TYPE 1....................................................................................................................133.3.2.3 MULTIVIEWER TYPE 2....................................................................................................................143.3.2.4 DSK unit/card.......................................................................................................................................153.3.2.5 Audio processing card..........................................................................................................................15

3.3.3 LOT C: V/A SERVER WITH CONTROL UNIT..............................................................................163.3.4 LOT D: MONITORS OB VAN............................................................................................................17

3.3.4.1 17'' OB Van monitors type 1................................................................................................................173.3.4.2 17” OB Van monitors type 2................................................................................................................183.3.4.3 17” OB Van monitors type 3................................................................................................................183.3.4.4 23’’ OB Van monitors..........................................................................................................................19

3.3.5 LOT E: MONITORS STUDIO.............................................................................................................203.3.6 LOT F: MEASURING INSTRUMENTS............................................................................................20

3.3.6.1 Measuring instrument type 1................................................................................................................203.3.6.2 Measuring instrument type 2................................................................................................................21

3.3.7 LOT G: CHARACTER GENERATOR..............................................................................................223.3.8 LOT H: NON TAPE RECORDERS/PLAYERS................................................................................243.3.9 LOT I: SYNC GENERATORS AND AUTOMATIC CHANGE OVER UNIT..............................243.3.10 LOT J: MODULAR EQUIPMENT.....................................................................................................253.3.11 LOT K: COMMON CONTROL SYSTEM.........................................................................................323.3.12 LOT L: PATCH PANELS, V/A/DATA CONNECTORS, V/A/DATA CABLES............................33

3.3.12.1 Patch panels and accessories............................................................................................................333.3.12.2 V/A/Data connectors and accessories..............................................................................................343.3.12.3 V/A/Data cables and accessories.....................................................................................................36

3.3.13 LOT M: CAMERAS..............................................................................................................................373.3.13.1 Camera type 1..................................................................................................................................373.3.13.2 Camera type 2..................................................................................................................................40

3.3.14 LOT N: LENSES AND PEDESTALS..................................................................................................433.3.14.1 LENSES...........................................................................................................................................433.3.14.2 Pedestals and carrying cases............................................................................................................45

3.3.15 LOT O: UTILITY EQUIPMENT........................................................................................................453.3.15.1 DVB-T receiver................................................................................................................................453.3.15.2 USB recorder....................................................................................................................................463.3.15.3 KVM extenders/matrixes.................................................................................................................46

3.3.16 LOT P: INTERCOM.............................................................................................................................483.3.17 LOT R: AUDIO/VIDEO NETWORK.................................................................................................51

3.3.17.1 OPTION R - Access point Type 2...................................................................................................533.3.18 LOT S: AUDIO MIXING CONSOLE.................................................................................................543.3.19 LOT T: AUDIO EQUIPMENT FOR OB VAN..................................................................................58

3.3.19.1 OPTION T- Audio processor...........................................................................................................653.3.20 OPTION LOT U: INTEGRATION OF EQUIPMENT INTO OB VAN..........................................663.3.21 OTHER BUSINESS...............................................................................................................................68

Page 3: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

4 BID DOCUMENTATION.......................................................................................................................704.1 General conditions for making bid documentation...................................................................70

4.1.1 Clarification to the tender documentation...........................................................................................704.1.2 Language.................................................................................................................................................704.1.3 Marking...................................................................................................................................................704.1.4 Contents of a bid.....................................................................................................................................704.1.5 Alternative bids and variant bids.........................................................................................................704.1.6 Form of a bid..........................................................................................................................................704.1.7 Validity of the bids.................................................................................................................................71

4.2 Documents in the bids.................................................................................................................714.2.1 Data on Bidder and Bid.........................................................................................................................714.2.2 Contents of the bid documentation.......................................................................................................714.2.3 Form »Declaration on acceptance of the public tender conditions«.................................................714.2.4 Form of an OFFER that has to contain:..............................................................................................714.2.5 Proforma Invoice....................................................................................................................................724.2.6 Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)” – for a legal entity....................................................................................................724.2.7 Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)” – for a legal representative.....................................................................................734.2.8 Form “Statement under the third and fourth paragraph of article 42 of the ZJN-2”....................734.2.9 Form “Bidder’s statements, given under criminal and material liability”.......................................734.2.10 Bank Certificate of solvency..................................................................................................................734.2.11 Warranty conditions of the Bidder.......................................................................................................734.2.12 Declaration of the Bidder regarding the spare parts (except for lots L and U)...............................744.2.13 Declaration of the Bidder - all the offered equipment is factory-new (only for lots from A to T). 744.2.14 Declaration of the Bidder regarding the software upgrades (except for lots L and U)...................744.2.15 Statement of the manufacturer or principal........................................................................................744.2.16 Sample of the Contract..........................................................................................................................744.2.17 Guarantee for the seriousness of the bid..............................................................................................744.2.18 Declaration, stating the Bidder shall provide a Performance guarantee..........................................754.2.19 Statement on the forwarding of data in the disclosure of the Bidder's ownership..........................754.2.20 Technical documentation.......................................................................................................................75

5 CONTRACT AWARD CRITERIA..........................................................................................................765.1 CONTRACT AWARD CRITERIA FOR LOTS: A, B, C, D, E, F, G, H, I, J, K, L, N, O, P, S, U.....76

5.2 CONTRACT AWARD CRITERIA FOR LOTS: M, R, T..................................................................76

5.3 TWO BIDS WITH EQUAL BEST EVALUATION RESULT............................................................765.3.1 LOTS FROM A TO T............................................................................................................................765.3.2 LOT U.....................................................................................................................................................76

6 REVIEW CLAIM.................................................................................................................................... 776.1 Legal base and terms for submission........................................................................................77

6.2 Method of submitting the review claim......................................................................................77

7 FORMS................................................................................................................................................. 77DATA ON BIDDER AND BID................................................................................................................... 78

Declaration of Bidder’s acceptance of Public Procurement conditions............................................79

Form OFFER............................................................................................................................................ 80

Form OFFER............................................................................................................................................ 81

Form OFFER............................................................................................................................................ 82

Form OFFER............................................................................................................................................ 83

Form OFFER............................................................................................................................................ 84

Form OFFER............................................................................................................................................ 85

Form OFFER............................................................................................................................................ 86

Form OFFER............................................................................................................................................ 87

Page 4: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Form OFFER............................................................................................................................................ 88

Form OFFER............................................................................................................................................ 89

Form OFFER............................................................................................................................................ 90

Form OFFER............................................................................................................................................ 91

Form OFFER – BASIC OFFER................................................................................................................92

Form OFFER – OPTIONAL OFFER........................................................................................................93

Form OFFER............................................................................................................................................ 94

Form OFFER............................................................................................................................................ 95

Form OFFER............................................................................................................................................ 96

Form OFFER – BASIC OFFER................................................................................................................97

Form OFFER – OPTIONAL OFFER........................................................................................................98

Form OFFER............................................................................................................................................ 99

Form OFFER – basic offer.................................................................................................................... 100

Form OFFER – OPTIONAL offer...........................................................................................................101

Form OFFER.......................................................................................................................................... 102

Proforma Invoice................................................................................................................................... 103

STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE PUBLIC PROCUREMENT ACT (ZJN-2)................................................................................................104

Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)............................................................................................................................................. 106

STATEMENT UNDER the third and THE FOURTH PARAGRAPH OF ARTICLE 42..........................108

Bidder's Statements given under CRIMINAL and material LIABILITY..............................................109

Declaration of the Bidder regarding the spare parts.........................................................................110

Declaration of the Bidder – all the offered equipment is factory new..............................................111

Declaration of the Bidder regarding the software upgrades.............................................................112

STATEMENT OF THE MANUFACTURER.............................................................................................113

STATEMENT OF THE PRINCIPAL........................................................................................................114

Sample Contract.................................................................................................................................... 115

Guarantee for the seriousness of Bid.................................................................................................128

STATEMENT regarding the Performance Guarantee.........................................................................129

Statement ON THE FORWARDING OF DATA IN THE DISCLOSURE................................................130

OF THE BIDDER'S OWNERSHIP..........................................................................................................130

Explanation of the Tender documentation No. JN-B0643.................................................................133

Page 5: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

1 INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER

Pursuant to Item 1 of the first paragraph of Article 24 of the Public Procurement Act (Official Gazette of the Republic of Slovenia no.: 12/2013 – ZJN-2-UPB5, 19/2014; hereinafter referred to as ZJN-2), Radiotelevizija Slovenija, Public Institution, hereby publishes the contract notice through the open procedure for:

purchase of audio/video equipment for OB Vans.

Bids in three copies (one original and two copies) must be sent in sealed envelopes to the address: “Javni zavod RTV SLOVENIJA, KOLODVORSKA 2, VLOŽIŠČE, 1550 LJUBLJANA, SLOVENIA”, with the postscript: "DO NOT OPEN - FOR TENDER - BID FOR TENDER NO. JN-B0643 – " A/V equipment for OB Vans“. The full address of the Bidder is to be written on the envelope.

The term for acceptance of bids is until 08.00 a.m. on 19 August, 2014. Bids received after that time limit will not be counted and will be returned unopened to the Bidders.

Public opening of bids will be on 19 August, 2014 at 09.00 o’clock on the premises of Commercial Department of Javni Zavod RTV Slovenija, at Komenskega Street 7 in Ljubljana.

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

Ljubljana, 27 June, 2014 Commercial Department ofRTV Slovenija

5

Page 6: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

2 INSTRUCTIONS FOR MAKING BIDS

2.1 CONTRACTING AUTHORITY OF THE PUBLIC TENDER

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

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

The selected Bidder must enter into a signed Contract within 8 days after receiving the “Decision on the Award of a Contract”. In the case of a Bidder not entering into a signed Contract, the Contracting Authority will validate the guarantee on the seriousness of the bid.

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

In case of receiving incomplete bids, the Contracting Authority shall annul the tender. The Contracting Authority reserves the right not to choose any of the bids (according to Art. 80 of ZJN-2).

2.2 LEGAL GROUND

The Public Procurement of Javni Zavod RTV Slovenija (hereinafter referred to as: Contracting Authority) is carried out in accordance with the valid Public Procurement Act (ZJN-2) and by-laws applicable and in accordance with the legislation being valid on the field of public finances and on the field that is the subject of this public tender.

2.3 BASIC RULES OF OPERATION

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

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

6

Page 7: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3 SUBJECT OF THE PUBLIC PROCUREMENT

3.1 GENERAL DESCRIPTION OF EQUIPMENT

The subject of public procurement (tender) is the purchase of A/V equipment for two HD OB Vans. The equipment will be used for production of television programs on RTV Slovenia.

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

3.2 TECHNICAL REQUIREMENTS

3.2.1 GENERAL TECHNICAL REQUIREMENTS

3.2.1.1 Technical documentation

A bidder must attach in the bid all necessary technical documentation (in Slovene and/or English lan-guage) for every sort of equipment, which proves the fulfilment of all requested technical requirements from tender documentation.

3.2.1.2 Standards

The offered equipment has to operate according to the PAL standards, SD (576i at 50 Hz) and HD (720p/1080i at 50 Hz):

- ITU-R BT.470-6- ITU-R.BT472- ITU-R BT.601/65, audio embedding SMPTE 272M- AES-3-1992- AES-11-1997- MADI-AES10i -2008- SMPTE 259M, 296M, 274M, 292M, 424 or 425M

All equipment powered by 230V AC must satisfy acts and regulations valid today in the republic of Slove -nia to do with electrical powering (230V, 50 Hz) and safety against electrical shock in accordance with SIST EN 50160, SIST EN 60950.

Offered equipment must conform to EMC standards: - SIST EN 50081-1:1995- SIST EN 50082-2:1997- SIST EN 55022-2000 - SIST EN 55024:2000

3.2.1.3 Rejection of a bid

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

7

Page 8: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3 TECHNICAL SPECIFICATION

3.3.1 LOT A: VISION MIXER

In LOT A must be offered:

2 pieces of vision mixer (1 piece – delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)

All vision mixers must be produced by the same manufacturer, because the same vision mixer operators will work on both types of vision mixers. One day on one type, the next day on another without any time planned to become familiar with the vision mixer.Both Vision mixers will be build in rack ready OB Van and the desk in vision control room has the CUT OUT of the following dimensions: 1157 x 400 mm. The control panel of vision mixer must feet into this CUT OUT, otherwise there will be aditional costs to rebuild the existing desk in OB Vans.

The bid must comprises parts which are specified in the following table:

Item Required parts Required Qty

 Offered Qty

1 3ME HD vision mixer – all HW equipment 1

2HD-SDI inputs (all of the inputs, primary, FILL and KEY) 48

3HD-SDI outputs ( all outputs encountered PGMs, MEs, PSTs, CLEAN, ..AUX) 32

4 Number of channels of 3D digital video effects 2

53ME control panel with touch screen display

1

6All available redundant power supplies for each electronics unit and power supplies for each control panel must be included in the offer

7

It must be offered,  at lest one (1) piece of each type of board with build in sub-boards (at least IN board, OUT board (each type), M/E board, CPU board and cross point board, which are specified in the offer and all other boards which are specified in the complete offer), one (1) piece of each type of power supplies and one (1) piece of each type of fan, which are build in the all offered HW equipment of video production switcher- only for one vision mixer

8

Recommended set of spare parts of 3 M/E control panel (it must include at least one (1) piece of each type of power supply, at least one (1) piece of fan (if they exist),at least 5 pieces of each type of button or complete part of control panel for source selection, 4 pieces of 4 character mnemonic display (except if the complete part of control panel for source selection is offered), 1 touch screen display, etc.) - only for one vision mixer

9 Operational manual (CD/DVD and two hard copies)

10 Installation manual (CD/DVD)

11 Maintenance manual (CD/DVD and 2 hard copies)

12 Operational training course (in period of 3 days) on

8

Page 9: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Contracting Authority location with accommodation, daily allowances and travelling expenses for a lecturer

13

Maintenance training (in period of 2 days) on Contracting Authority location with accommodation, daily allowances and travelling expenses included for a lecturer- only for one vision mixer

14

Commissioning (in period of 1 day) on Contracting Authority location with accommodation, daily allowances and travelling expenses included for a lecturer

Technical requirement table (TRT)

Under The name and the page of the document must be specified the name and the page number of the attached document where we can find the information which prove the fulfilment of the re-quirement written under Description

Posit. DescriptionMinimal request

OfferedThe name and the page of the

document

1 Capability of multiformat mode is required (HD: 1080i25, 720p50) yes/no

2 10-bit processing is required yes/no3 Number of SD PAL reference inputs – colour black 14 Number of WIPE generators per M/E (main and KEY) 4

5 Number of KEY`s per M/E 4

6Number of CHROMA KEY`s per M/E, which can be used on any KEY 4

7

Number of required DSK`s - they can be KEY`s (must have functionality of down stream keyers ) of M/E which is chosen as PGM/PST M/E or can be additional offered KEY`s

8

8 Number of BORDERLINE and SHADOW EFFECT generators for every KEY 1

9 Multi-viewer outputs are required (16, 10, or 4 splits) 2 channels

10

All required DVE processors must allow: 2D transforming in 3D space and 3D effects (at least page turn, page roll, spheres and ripple, sizing, rotation, perspective, crop, freeze, strobe, drop shadow, position and size modulation, lighting, defocus, glow)

yes/no

11

Machine control for controlling VTR`s, disc`s recorders with next functions: play, cue, mark in, mark out, jog, rewind, fast forward, stop. BVW (Sony) RS- 422 and VDCP protocol is required. The pre-roll compensation is required (for at least 30 frames)

4

12 The number of GPI and GPO built into the vison mikser HW, which is installed in the machine room

6 in,6 out

13TALLY signalisation (serial protocol for UMD must be available) and parallel with relay/open collector closures is set up during configuration of the video production switcher

48

14 The number of effects memory registers available per M/E, each independent of the other. 99

15 At creating/editing macros it is required that it must be yes/no

9

Page 10: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

possible to use the existing macros (macro in macro)

16

It must be allowed to map whichever macro to buttones on source button row on source selection part of 3M/E control panel. That means that a button (s) which used to have only a function of selecting video source on each M/E, gets a function of triggering macro and source selection together with triggering macro

yes/no

17

It is required that a simple macro for one (1) function only (DSK function for example) must be possible to create fast by pressing four buttons or less, without entering in the any menu (the procedure of macro creation must be described in the offer)

yes/no

18

If the number of video sources exceeds the number of source buttons for example on control panel for third (3.) M/E then it must be possible to delegate the source buttons from control panel of second (2.) and first (1.) M/E as additional source buttons for control panel of third (3.) M/E (M/E delegation --> M/E extension or cascading of M/E control panels). So it must be possible that source buttons for third M/E are distributed also on control panel for second and first M/E. It is required that M/E extension/cascading must be possible to be done on any M/E.

yes/no

19

The copy of any mix effects programs and settings from each of the ME stage to any of the ME stages must be possible yes/no

20

The file transfer of pictures and clips to and from USB device (USB key, USB disc,..) must be possible on physical location of 3 M/E control panel yes/no

21

Internal at least 8 channel RAM recorder with 1000 frames capacity is required which must allow:

- From/to it must be possible to recall/store video sequence with embedded audio in the length of at least 500 frames in resolution 1080p

- From/to it must be possible to recall/store up to 1000 stills in resolution 1920 x 1080

yes/no

22 Resizer function must be available for half the keyers yes/no

23 It must be possible to make a dissolve on any pair of AUX bus outputs yes/no

24 Primary color correction for all inputs and AUX bus outputs. yes/no

25 24 direct accessible primary inputs on 3ME control panel yes/no

26The possibility of quick direct access to at least 10 digital effects and to pre-programmed sequences, which are compound from M/E functions and digital video effects

yes/no

27

PGM/PST M/E must have at least 3 PGM/CF and 2 PST (PVW) outputs and must be possible to insert into each of (3) PGM/CF signals 1-4 KEY`s (which has the functionality of DSK`s) in any (random) combination (at least the following combinations: PGM1/CF1 has inserted KEY 1 and KEY 3, PGM2/CF2 has inserted KEY 2 and KEY 3, but not KEY 1, PGM3/CF3 has inserted KEY4 but not KEY 1,2, 3 etc.). Preview of transition effect must be possible.

yes/no

28 It must be possible by operator to program various functions (like key wipe, limit on, fade to black (as macro), yes/no

10

Page 11: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

any macro...) to the pushbuttons (at least 4) in the transition area module of control panel

29

On the control panel must be dedicated FADE to BLACK button, it must be at least 2 times per 10 buttons snapshots memories (snap shot panel) and 20 buttons for storing/recalling pre-programmed different functions of the switcher (shot box panel)

yes/no

30

Control panel (transition area) must have built in (for each M/E) dedicated buttons for inserting KEY`s into the picture (4). There must be 4 buttons for inserting KEY`s in CUT mode and another 4 buttons for inserting KEY`s in TRANSITION mode (at least DISOLVE or MIX)

yes/no

31 It must be possible to store and recall all of the settings of vision mixer of different projects yes/no

32 It is required at least 4-digit source name displays on each ME stage yes/no

33 3M/E control panel must be capable to control all of the features which are built in the HW of offered vision mixer yes/no

34 3M/E control panel must control at least 10 auxiliary buses by build in or stand alone control panel yes/no

35It must be possible to have transition preview on preview monitor and 3 program outputs with different inserted grahics (by DSK) available simultaneously

yes/no

36

Remote setup, maintenance and operation of vision mixer must be possible over SW BZPS-8000 and BZPS-8000L with already existing user interface, which we already use for vision mixers in neighbouring studios. With the same user interface must be possible to view and manipulate storedimages in internal RAM memory (when neighbouring studios are used for production of similar program like elections).

yes/no

37 It must have build in multiviewer with at least 10 different pictures yes/no

38 SNMP monitoring must be available

yes/no

39

The Bidder has to provide the demo of the offered video production switcher for testing of the system features and user friendliness on the location of any European users or in the European demo centre. The visit has to be planned for 4-14 days after the opening of the bid, if the tenderer decides so after the examination of the bids.

yes/no

Remark: If any answer is NO in the items of above technical requirement table (TRT), where is re-quired that bidder answer with YES/NO, then the Contracting Authority shall reject the bid (for this LOT) from further proceeding (according to the item 3.2.1.3 from this tender documentation).

like or equivalent to MVS-6530

11

Page 12: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3.2 LOT B: ROUTER, MULTIVIEWER, DSK and AUDIO PROCESSOR

In LOT B must be offered:

2 pieces of ROUTER (1 piece - delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)17 pieces of MULTIVIEWER type 1 (9 pieces - delivery time max. 60 days after signing a contract, 8 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)2 pieces of MULTIVIEWER type 2 (1 piece - delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015) 2 pieces of DSK card (1 piece - delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)2 pieces of Audio proccessing card (1 piece - delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)

Maxuimum available rack space for a set of devices from lot B in OB van is 18 RU.OB van set is:

- 1 piece of router- 8 pieces of multiviewer type 1- 1 piece of multiviewer type 2- 1 piece of DSK card - 1 piece of audio processing card

3.3.2.1 ROUTER

It is required 3G/HD/SD-SDI video and AES/AA/MADI audio router as a one system, which has the func-tionality of build in embedders and deembedders of audio signal. It must be controllable by common con-trol system in the OB Van:

a. It must support the DolbyE signalb. It must have build in cable compensation for 150 m of Belden 1394A (valid for HD-SDI

signal – 1.5 Gbps)c. It must have alignment jitter ≤ 0.3UIpp (from 100KHz to 300MHz) at 3Gbpsd. It must have return loss at inputs and outputs ≥15dB (1.5 Gbps) or ≥10dB (3Gbps)e. Control system must be capable to allow simultaneous routing of several sources to sev-

eral destinations (salvos), multi layer control ( at least 4 layers), capability to lock certain destinations)

f. It must have at least 112 video (3G/HD/SD-SDI ) inputsg. It must have at least 204 video (3G/HD/SD-SDI ) outputsh. It must have at least 4 MADI (64 ch) inputs and 4 MADI (64 ch) outputsi. It must route video signals with embedded audio signals (at least audio with 16 mono

channels)j. It must have functionality of build in dembedders (for audio with 16 mono channels per

video signal) on at least 80 video inputsk. It must have functionality of build in dembedders/embedders (for audio with 16 mono

channels per video signal) on at least 80 video outputsl. It must have seamless integration between dembedded and discrete audio signals (from

MADI inputs)m. Must be able to dembedd incoming embedded audio signals internally, dembedded audio

signals must be routed independently and discretely, and can be embedded within the router into any digital video output signal

n. Must perform swap /shuffle switching of the audio between any discrete or embedded au-dio input

o. It must be possible to get the dembedded and discrete audio signals as output MADI sig-nals

12

Page 13: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

p. It must be possible to embedd to the video signal the dembedded signals and signals from MADI inputs

q. Switch in the 6th line of the video signal in accordance to recommendation SMPTE RP 168 is required

r. Redundant power supply and additional spare power supplys. Both power (main and redundant) supplays must be in function during normal opeartion of

a router, but with less then 50% capacityt. If the contracting authority already owns some of the required spare boards, the bidder

doesn’t need to offer such spare boards (valid for items u-z).u. It must have redundant controllerv. Redundant audio and video crosspoint boards are required, which must be automatically

and manually hot swappable during the operation of a router. It must automatically re-place any faulty crosspoint board.

w. One redundant input video with dembedders and one input video board with MADI input but without dembedders is required

x. One redundant output video with embedeers and one output video card with MADI output but without embederes is required

y. One redundant input video card and one output video card is required (just video inputs or outputs)

z. Spare fans or block of fans are requiredaa. Synchronisation of the switches has to be done by PAL black/burst signalbb. Front-loading, hot-swappable modules for 24/7 operationcc. It must have build web server for configuration of the router (it must be able to display the

status of the whole router in one layer, it must be possible to control each destination, it must be possible to set up the simultaneous routing of several sources to several destina-tions (salvos), multi layer control ( at least 4 layers), capability to lock ceratin destinations)

dd. It must have build in support for SNMP monitoringee. Control solution must support protocol for communication with UMD (which are build in

multiviwers offered in this tender)ff. It must be possible to control it by control panels of required common control system of a

OB Van and existing OB Vans (without any required changes)gg. It must have at least one control panel for direct control of the router, multiviewers, DSK

boars and audio processors (like RCP-200 or equvalent).hh. Maintenance training/commissioning (at least 2 days) in Ljubljana with accommodation,

daily allowances and travelling expenses included for a lecturer

like or equivalent to 8140 Hybrid

3.3.2.2 MULTIVIEWER TYPE 1

8 channel with two (2) HD/SD-SDI outputs each multiviewers are required.

The multiviewer must have the following features:

a. With SW application on a third party office PC must be possible to design and store differ-ent layouts of pictures (together with UMD) on a multiviewer. It must be possible to recall each of stored layouts just by simple SW command. SW which fulfils both requirements must be included in the bid.

b. It must be possible to control the multiviewer by control panel and special SW application over Ethernet or serial port (422/485)

c. Special SW application from item b must be offered (1 piece)d. it must be possible to display 3G-SDI (upgradable in future just with SW upgrade), HD-

SDI signals and SD-SDI signals simultaneously on a multiviwer, with auto recognition of the type of the signal

e. it must have 8 inputsf. the delay of the displayed picture relative to the input signal on a multiviwer must be ½ of

frame or less

13

Page 14: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

g. the resolution of the each HD/SD-SDI output must be at least 1920 x 1080 with vertical frequecy 50 HZ

h. it must have 2 HD/SD-SDI outputsi. it must have Ethernet portj. it must have GPO/GPI portsk. cascading must be possible (cascading of at least 2 cards must be possible to get 16 dif-

ferent pictures on one monitor)l. dynamic ON-AIR signalisation (tally) must be offered (interface to offered production

switcher must be supported)m. UMD`s, which are build in multiviewers, must be capable of dynamic displaying of names

of the sources of the offered router for each picturen. Levels (as audio level metres) of to 3G (in the case of SW upgarde)/HD/SD-SDI embed-

ded audio signals (at least 4 AES) must be displayed on each pictureo. Automatic aspect ratio control by AFD/WSS signalisation must be allowedp. Display of Time Code from video signal must be allowedq. Safe area markers must be allowedr. Support for SNMP monitoring must be build ins. The frame (max height is 3 RU) must have redundant power supply (both PS must work

with at aprox 40% of capacity all the time). Reserve power supply must be also offered.t. It must be possible to control it by control panels of required common control system of a

OB Van and existing OB Vans (without any required changes)

like or equivalent to KMV-3911-8X2

3.3.2.3 MULTIVIEWER TYPE 2

16 channel with two (2) HD/SD-SDI and HDMI outputs each multiviewers are required.

The multiviewer must have the following features:

a. With SW application on a third party office PC must be possible to design and store differ-ent layouts of pictures (together with UMD) on a multiviewer. It must be possible to recall each of stored layouts just by simple SW command. SW which fulfils both requirements must be included in the bid.

b. It must be possible to control the multiviewer by control panel and special SW application over Ethernet or serial port (422/485)

c. Special SW application from item b must be offered (1 piece)d. it must be possible to display 3G-SDI (upgradable in future just with SW upgrade), HD-

SDI signals and SD-SDI signals simultaneously on a multiviwer, with auto recognition of the type of the signal

e. it must have 16 inputsf. the delay of the displayed picture relative to the input signal on a multiviwer must be 1

frame or lessg. the resolution of the each HD/SD-SDI output must be at least 1920 x 1080 with vertical

frequecy 50 HZh. it must have 2 HD/SD-SDI and HDMI outputsi. it must have Ethernet portj. it must have GPO/GPI portsk. it must have input for video reference signal and LTC signall. it must have possibility to rotate the picture for 90 degreesm. dynamic ON-AIR signalisation (tally) must be offered (interface to offered production

switcher must be supported)n. UMD`s, which are build in multiviewers, must be capable of dynamic displaying of names

of the sources of the offered router for each pictureo. Levels (as audio level metres) of audio signal embedded to 3Gvideo signal (in the case of

SW upgarde)/HD/SD-SDI embedded audio signals (at least 4 AES) must be displayed on each picture

14

Page 15: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

p. The inside clock and counters (UP and DOWN), which are triggered by external signal (GPI) must be possible to display

q. Automatic aspect ratio control by AFD/WSS signalisation must be allowedr. Display of Time Code from video signal must be alloweds. Displaying time of the day (clock) synchronised to the TC or NTP must be allowedt. Signal faults must be detected abd presented on screen (at least the following faults:

video black, video frozen, video level too high, loss of video, EAV/SAV error, audio si-lence, audio overload, audio mono, audi out of phase)

u. It must be possible to monitor closed captioning and teletext (608, 708, WST 41, 47)v. It must be possibly to monitor the Dolby E metadata, AFD/WSS formats, and audio/video

signal formatw. It must be possible to monitor DVB Subtitlingx. It must be possible to monitor the Loudness (according to ITU-R-BS-1770)y. Safe area markers must be allowedz. Support for SNMP monitoring must be build inaa. The frame must have redundant power supply (both PS must work with at aprox 40% of

capacity all the time). Reserve power supply must be also offered.bb. It must be possible to control it by control panels of required common control system of a

OB Van and existing OB Vans (without any required changes)

like or equivalent to KALEIDO-X16-D

3.3.2.4 DSK unit/card

a. It is down stream keyer (3Gbps/HD/SD ) with dual independent fill and key inputsb. It must have independent preview outputc. It must have mechanical bypass of main inputd. The insertion of fill/key signal must ve controlled by GPI commands and Oxtel protocole. It must posible to insert the DSK card into the same frame as MULTIVIEWER TYPE 1

cards (from item 3.3.2.2)f. It must have at leas 32 GB of internal storageg. Itmust support SNMP monitoringh. It must be possible to control it by control panels of required common control system of a

OB Van and existing OB Vans (without any required changes)

like or equivalent to LGK-3901

3.3.2.5 Audio processing card

a. It is a audio proccessing card with one 3Gbps/HD/SD SDI inputb. It must have minimum 4 3Gbps/HD/SD SDI outputsc. One of the outputs can have a bypassd. It must have minimum 1 3Gbps/HD/SD single mode fiber outpute. It must have an reference input (black burst,tri-level sync)f. Card must have GPIOg. User selectable video delay up to 15 framesh. Audio sampling must be synchronous 48kHzi. Audio latency must be less then 10msj. Audio delay must be user selectable in 1ms steps and up to 2sk. Card must have dynamic audio processing,loudness meter and 16-channel automatic

loudness controll. It must have Dolby E encoder

like or equivalent to EAP-3901

3.3.3 LOT C: V/A SERVER WITH CONTROL UNIT

15

Page 16: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

In LOT C must be offered:

2 pieces of production server each with remote control unit (1 piece - delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)

The production server must have the following features:

Basic features

a. multi-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed)

b. playout control, c. instant replay (live slow motion), d. live editing, e. build in storage,f. Max. 2 RU heightg. import/export video files in all formats as MXF OP1a and Quick Time

Other features

a. It must be possible during playing a clip in the play list to jump (with V/A transition) to the next clip with pushing appropriate button

b. Search while recording, cue points & clips management, instant replayc. It must be possible to create play listsd. It must be possible to play clips in play list with wipes and dissolves on one ouput channel

onlye. Usage of external storage must be possiblef. Share A/V content and move/copy/archive faster than real-timeg. Keyword Assignment and Database Search functions

Video a. At least 6 x HD SDI IN (BNC)b. At least 4 x HD SDI OUT (BNC)c. It must have BNC monitoring outputs (for each output) with embeded avdio (at least 4

AES signals per video signal) of all ingest and playout channels (HD/SD SDI output) and OSD (recorded TC of the clip, cutdown TC, current clip name, avdio bars of embeded au-dio signals))

d. It must have build in multiviewer with VGA/DVI output and OSD (recorded TC of the clip, cutdown TC, current clip name, avdio bars of embeded audio signals))

e. Supported Hi-res Video file formats : XDCAM HDf. Beside Hi-res Video file formats also proxy files must be generated for at least 4 streams

(Video:MPEG-4 Part 2, Audio:MPEG-4 Part 3 LC-AAC)g. Video Reference : CVBS BB / CB ; HD Tri-Level Synch. Video Monitoring : 6 x HD SDI output

16

Page 17: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Audio a. It must support embedded audio (recording and playing): 16 mono tracks per video chan-

nel (48kHz,24-bit)b. It must have at least 4 AES/EBU inputs and outputs (48kHz,24-bit)c. It must support audio srub (at least ±2x)d. must be capable of Dolby E support (at least pass through and CUT edit)e. It must have avdio level adjustment for all input and output avdio signalsf. It must have audio clickelimination at plying out sequential video clips

Time Code a. 1x LTC In b. HD SDI In/Out : HANC VITCc. SD SDI: VITC in VBI

Dataa. At least 1 x 1 Gb ethernet port for FTP/CIFS exchange of materials

Internal Storage

a. It must have build in disk storage for at least 150 hours of XDCAM HD 422 (50 Mbps) and RAID 1 protection

Accessoriesa. 1x Remote Control Unit with LCD display (Ethernet link)

like or equivalent to K2 Summit 3G Production Client with K2 Dyno Replay System

3.3.4 LOT D: MONITORS OB VAN

In LOT D must be offered:

7 pieces of 17” OB Van monitors type 1 (4 pices - delivery time max. 60 days after signing a contract, 3 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)6 pieces of 17” OB Van monitors type 2 (3 pieces - delivery time max. 60 days after signing a contract, 3 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)5 pieces of 17” OB Van monitors type 3 (3 pieces - delivery time max. 60 days after signing a contract, 2 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)23 pieces of 23” OB Van monitors (12 pieces - delivery time max. 60 days after signing a contract, 11 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)2 pieces controler for 17” and 23” monitors (1 piece - delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)

3.3.4.1 17'' OB Van monitors type 1

Technical requirements for HD LCD monitors:

a. Colour temperature of the picture on the screen must be 6500K (D65)b. It must have 10 bit signal processingc. The diagonal of viewable area must be 17”d. The angle of view (H/V) must be at least 178/178 or moree. Monitor must have at least 1280 x 768 pixels f. Monitor must be capable to display geometrical no distorted picture with aspect ratio 4:3

and 16:9

17

Page 18: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

g. In information area it must be possible to display UMD, Tally (two tallies in different colours), TC (which is embedded to video signal)

h. Monitor must have 3G/HD/SD-SDI input (1080p50, 1080i25 and 720p50) i. It must have Ethernet port (RJ-45) or 422 port for UMD and Tallyj. It must support the following protocols for UMD/Tally control: at least TSLk. It must have less the one frame picture latencyl. Monitor must be capable to build in 19” rack and rack mount kit must be offeredm. It must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement)n. It must be powered by AC

like or equivalent to LMD-1751WHD

3.3.4.2 17” OB Van monitors type 2

The monitor must have OLED panel with following specifications:

a. Colour temperature of the picture on the screen must be 6500K (D65)b. Monitor must have 3G/HD/SD-SDI input (at least 2) with loop throughc. The diagonal of viewable area must be at least 16,5” or mored. The wide angle of view (H and V) must be at least 178 or moree. Monitor must have at least 1920 x 1080 pixelsf. It must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement) g. The display driver must be at least 10 bit RGBh. It must have colour gamouts according to SMPTE-C, EBU, ITU-R BT.709i. Monitor must be capable to display geometrical no distorted picture with aspect ratio 4:3

and 16:9 j. Monitor must have the possibility to use different markers (centre, safety cone and aspect) k. Monitor must be capable to display SD (576i50) picture and also HD picture

(720p50,1080i50 and 1080p50)l. The monitor must be capable to display two pictures from A and B inputs side by side m. The monitor must be capable to capture and store the picture from HD-SDI input to mem-

ory cardn. Monitor must be capable to magnify the picture up to 800%o. It must be capable to make automatic colour temperature adjustment if we connect it to a

Colour analyzer like Minolta, DK, X-ray etc.p. Monitor must have HDMI input q. Monitor must be capable to build in 19” rack and rack mount kit must be offeredr. The height of a monitor must be maximum 6 RU

like or equivalent to BVM-F170A

3.3.4.3 17” OB Van monitors type 3

The monitor must have OLED panel with following specifications:

a. Colour temperature of the picture on the screen must be 6500K (D65)b. Monitor must have 3G/HD/SD-SDI input (at least 2) with loop throughc. The diagonal of viewable area must be at least 16,5” or mored. The wide angle of view (H and V) must be at least 178 or moree. Monitor must have at least 1920 x 1080 pixelsf. It must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement) g. The display driver must be at least 10 bit RGBh. Monitor must be capable to display geometrical no distorted picture with aspect ratio 4:3

and 16:9 i. It must have less the half field picture latency of displayed picture regarding input signal

18

Page 19: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

j. Monitor must have the possibility to use different markers (centre, safety cone and aspect) k. Monitor must be capable to display SD (576i50) picture and also HD picture

(720p50,1080i50 and 1080p50)l. Monitor must have HDMI inputm. Computer signals must be posible to display over HDMI input. The resolution range must

be at least from 640 x 480 to 1680 x 1050 pixelsn. It must have on screen tallyo. The depth of the monitor must be 70mm or lessp. It must have VESA-mount capability

like or equivalent to PVM-A170

3.3.4.4 23’’ OB Van monitors

Technical requirements for HD LCD monitors:

a. Colour temperature of the picture on the screen must be 6500K (D65)b. It must have 10 bit signal processingc. The diagonal of viewable area must be 23“d. The angle of view (H/V) must be at least 178/178 or moree. Monitor must have at least 1920 x 1080 pixels f. Monitor must be capable to display geometrical no distorted picture with aspect ratio 4:3

and 16:9g. it must be possible to display UMD, Tally (two tallies in different colours), TC (which is em-

bedded to video signal)h. Monitor must have HD/SD-SDI input (1080i25 and 720p50) i. It must have Ethernet port (RJ-45) or 422 port for UMD and Tallyj. It must support the following protocols for UMD/Tally control: at least TSLk. It must have audio level meter and waveform displayl. It must have less the one frame picture latencym. It must have picture refresh rate 50 Hz (displaying of PAL crawl without jerky movement)n. It must be possible to be powered by ACo. Dimensioms must not be bigger than (W x H ): 549.5 x 352.5 mm

like or equivalent to LMD-2341W

3.3.4.5 Control unit for 17’’ and 23’’ monitors offered in this lot

a. must be capable of complete control of each monitor's menu settings and adjustmentsb. must be capable to send global commands to affect all monitors in a video wall, or individ-

ual commands to affect single monitors identified by ID.c. It must have network connection 1 x RJ45 physical layer 10BASE-T or 100BASE-T ether-

net

like or equivalent to BKM-16R

19

Page 20: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3.5 LOT E: MONITORS STUDIO

In LOT E must be offered:

7 pieces of 3x5” studio monitors (4 pieces – delivery time max. 60 days after signing a contract, 3 pieces – delivery time max. 5 months after signing a contract, but not before then 2015)

a. Colour temperature of the picture on the screen must be 6500K (D65).b. The diagonal of viewable area must be at least 5” or morec. Three (3) monitors must be mounted in the frame which is 2RU high and 19” wided. The angle of view (H/V) must be at least 170/170 or moree. Monitor must have at least 800 x 480 pixels f. Monitor must have aspect ratio of the screen 15:9, but it must be capable to display geo-

metrical no distorted picture with aspect ratio 4:3 and 16:9g. It must have less the one frame picture latency h. Monitor must have the possibility to use different markers (centre, safety cone and aspect) i. In information area it must be possible to display audio level (of up to 8 AES audio signals

which are embedded in connected HD/SD-SDI signal)j. Monitor must have HD/SD-SDI INPUT k. It must have information position selectablel. it must have brightness of at least 300cd/m²m. It must have contrast ratio at least 600:1

like or equivalent to V-MD503

3.3.6 LOT F: MEASURING INSTRUMENTS

In LOT F must be offered:

2 pieces of measuring instrument type 1 (1 piece – delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)4 pieces of measuring instrument type 2 (2 pieces – delivery time max. 60 days after signing a contract, 2 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)

3.3.6.1 Measuring instrument type 1

Technical requirements for V/A measuring instrument:

Video input/output:

a. 4 avtodetecting HD/SD-SDI inputsb. it must support 625/50, 1080i/50c. type of connector: standard BNCd. input EQ: - 270 Mb/s: 210 meters of 1694A, - 1.485 Gb/s: 200 meters of 1694Ae. return loss: ≤-15 dB 5MHz to 1.485 GHzf. output: SDI and must follow the selected input

Reference input

a. It must support passive loopingb. It must supports PAL video and tri-level signalsc. type of connector: standard BNC

20

Page 21: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Measuring modes (can be viewed in any quadrant of display and each can be seen full screen):

a. Waveform (Composite, YCBCR or RGB, parade/overlay formats, Sweep Time Base 1H or 2H, with x1, x5 and x10 horizontal magnification, 1V or 2V with x1, x5 and x10 horizontal magnification, Waveform Accuracy (vertical ) ±0.5%)

b. Vector (CB vs. CR for HD and SD)c. Gamut (Encoded or RGB Gamut displays)d. Audioe. Picture

Audio measuring mode must allow:

a. View and measure up to 16-channel embedded AES/EBU (audio level bar monitoring (True peak, PPM type 1, PPM type 2, BBC PPM)  and flexible Lissajous display)

b. Audio Loudness monitoring to ITU-R BS.1770-3/1771, EBU R 128, and ATSC A/85 rec-ommendations

Dimensions and power

a. Max height: 3 RUb. Max. width: two such units must be possible to mount in 19 rackc. Max. Depth: 15 cmd. Allowed power supplay must be 100 to 240 VAC, 50/60 Hz

like or equivalent to WFM5200 with option AUD and LOUD

3.3.6.2 Measuring instrument type 2

Technical requirements for V/A measuring instrument:

Video input/output:

a. 4 avtodetecting HD/SD-SDI inputsb. it must support 625/50, 1080i/50c. type of connector: standard BNCd. input EQ: - 270 Mb/s: 210 meters of 1694A, - 1.485 Gb/s: 200 meters of 1694Ae. return loss: ≤-15 dB 5MHz to 1.485 GHzf. output: SDI and must follow the selected input

Reference input

a. It must support passive loopingb. It must supports PAL video and tri-level signalsc. type of connector: standard BNC

Measuring modes (can be viewed in any quadrant of display and each can be seen full screen):

a. Waveform (Composite, YCBCR or RGB, parade/overlay formats, Sweep Time Base 1H or 2H, with x1, x5 and x10 horizontal magnification, 1V or 2V with x1, x5 and x10 horizontal magnification, Waveform Accuracy (vertical ) ±0.5%)

b. Vector (CB vs. CR for HD and SD)c. Gamut (Encoded or RGB Gamut displays)d. picture

21

Page 22: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Dimensions and power

a. Max height: 3 RUb. Max. width: two such units must be possible to mount in 19 rackc. 19” rack mount kit must be offeredd. Max. Depth: 15 cme. Allowed power supplay must be 100 to 240 VAC, 50/60 Hz

like or equivalent to WFM5200

3.3.7 LOT G: CHARACTER GENERATOR

In LOT G it must be offered:

2 pieces of character generator (1 piece – delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)

The requested configuration:

a. Character Generator with one HD channel with Slovenian characters included, clip and still playback. Allow to run custom graphic applications; rapid access keyboard

Technical requirements

a. Output channel must provide preview and program outputb. Channel must have internal downstream keyerc. Vertical interval lines 7 – 22 and 320 – 335 must be possible to pass through or to be re-

blanked.

Inputs-Outputs

a. dual DVI/Display port output, at least 3 USB ports, 1X RS232 port,b. 2 X 100/1000Mb ethernet ports,c. HD/SDI video and key in and out d. Preview for video and key (on second DVI/Display port output)e. analog PAL reference with loop through,f. LTC in and AES stereo pairs in/out, g. 1 GPI, 1 GPO per channel h. Video input is requested to be either full frame (background) or presented as a foreground

layer and resized.

Audio a. Embedded audio in a SDI input should pass through the system.b. A separate AES/EBU input and output are required (2 input / 2 output) c. Embedded audio (2 stereo pairs per channel) at video output is required

Other requirements

a. Switch between SD to HD must be realized without restarting systemb. Racks mount (19'') equipmentc. Integral redundant hot-swap PSU.d. Relay by-pass on both video and key inputs for each channel.e. Internal processing must be 12 bit (4:2:2:4)

Functionality requirements

22

Page 23: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

a. All offered systems must be compatible with Inscriber G-Series Character Generators (G1, G3, G7, G5 RTX) and with HARRIS Connectus server.

b. It must be possible to integrate CG with iNews through standard MOS protocol. Integra-tion with iNews system is not required in this tender.

c. Full of channel independencyd. At least one HD SDI input e. All offered systems must have at least DVE processing of HD SDI input – full picture or re-

size in combination with graphic element, text, static or dynamic backgroundf. 2 x2D DVE processing must be allowed on channelg. Audio must be recorded, stored and replayed as AES/EBU 24 bit audio. Two stereo pairs

are required.h. It must allow playing of multiple format clips (MPEG2, MPEG4, AVI, QT, WMF)i. It must allow import of 3D objects and object animation in real timej. It must be possible to composite motion background (picture of playing clip) seamlessly

with CG elements - layeringk. Virtual channels must be possible on channell. It must have at least one digital clocks and (or) countdown m. Text ticker (loop) with one or more text linesn. Ingest (grab) still picture from video inputo. Recording of avdio and video input signal at full HD resolution must be possible. It must

be also possible to set IN/OUT points in recorded clip and play it as full frame video clip.p. Data base management and search engine must allow also advanced metadata searches

by size, file type, date, keywords, etc.q. The metadata database and files must allow to be shared across LANr. Image viewer must show saved picture and clips as thumbnails.

Control

a. Remote control of CG should be realized by XML over TCP/IP. b. The control should provide commands to both select pages to air and allow template filling

with text, logos, stills, clips and cell animations.c. In addition to providing control and acknowledgement of commands the interface of CG

should also provide on-air status information feedback.d. A toolset should be provided to allow the building of remote control ‘soft’ panels.

User Interface and Miscellaneous

a. For channel output (video and key) there will be a separate video preview on DVI monitor.b. ASCII import with embedded style changes and page breaks.c. ASCII import with TC in/out points.d. It must be enabled the display of data from social media and other sources such as RSS

feeds, databases, spreadsheets, XML or ODBC (Open Database Connectivity) content in dynamic and static templates

e. Help for any currently chosen command.

like or equivalent to Nexio G8

23

Page 24: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3.8 LOT H: NON TAPE RECORDERS/PLAYERS

In LOT H it must be offered:

2 pieces of hybrid professional disc & SxS player/recorder (1 pieces – delivery time max. 60 days after signing a contract, 1 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)

a. It must accept the following media type: SxS Memory Card Drive, ExpressCard/34 (x2) and Professional Disc Drive (x1)

b. It must have build in the internal 512GB Solid State Drive (SSD)c. It must support all XDCAM and XDCAM EX file formats, codecs and metadatad. It must support Dual Layer disc (PFD50DLA), Single Layer disc (PFD23A) and Quad

Layer disc (PFD128QLW)e. It must support SxS Pro, SxS-1 and card adaptors for memory sticks and SDHCsf. It must allow users to access growing volumes of files from non-linear editors without file

transfer ( at least 8 clients for file transfer and 8 clients for network control)g. It must support SD and HD as standard with up-conversion record, and up/down/cross-

conversion playbackh. It must have HD-SDI inputs with embedded audio (at least 2), AES/EBU inputs (at least

4), LTC input (SMPTE timecode), reference input (BB loop-through)i. It must have HD-SDI outputs with embedded audio (at least 2), AES/EBU outputs (at least

4), LTC output (SMPTE timecode), HD-SDI monitor output, analog audio monitor output (XLR-type 3-pin (x2)), headphone output (Stereo phone jack)

j. It must have serial control conector RS-423 (D-sub 9-pin (female)) and VGA connectork. It must have Ethernet ports RJ-45 (x1), 1GbE

like or equivalent to XDS-PD2000

3.3.9 LOT I: SYNC GENERATORS AND AUTOMATIC CHANGE OVER UNIT

In LOT I must be offered:

No. Description Sample model or equivalent Pcs Delivery

1 Sync processing generator and test processing generator

EVERTZ 5601MSC 42 pcs

max. 60 days

2 pcs max. 5

months, but not before

then 2015- it must be capable to work without external reference signal- it must be possible to GENLOCK it to external PAL reference signal, HDTV tri level refer-

ence signal and 10MHz CW signal- it must have reference loop-through input PAL black burst and HDTV tri-level sync- Burst Lock/Sync Lock Stability: Jitter with burst lock: <0.5º, Jitter with sync lock: <1 ns.- Genlock Time Adjustment Range: Anywhere in the colour frame- Output: 1 black burst signal, 1 HDTV tri-level sync (both are independent and the timing for

each can be adjusted anywhere in the colour frame)- It must have additional independent 2 black burst signal outputs and the timing for each can

be adjusted anywhere in the colour frame- It must have at least 4 AES test signal outputs and 2 AES silence inputs- All audio outputs must be unbalanced with impendance 75 - Audio test signals must have sampling frequency 48KHz locked on video signal, quantisa-

24

Page 25: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

tion linear PCM 20 and 24 bits, frequency of test tones from 50Hz to 20 KHz, amplitude of test signals must be adjustable from -60 to 0 dBFS

- It must have the COLOUR black HD test signal- It must have world-clock output- It must have the following HD test signals (in both formats 1080i/50 and 720p/50): 100%,

75% and SMPTE Colour Bars, Linearity, Multiburst, Sweep, Monitor, SDI pathological, Tim-ing

- Video test signals must have embedded audio test signals on channels 1-16 (sampling fre-quency 48KHz locked on video signal, quantisation linear PCM 20 and 24 bits, frequency of test tones from 50Hz to 20 KHz, amplitude of test signals must be adjustable from -60 to 0 dBFS)

- Generator must have special test signal for measuring V to A delay. It can be a special adit-tion generator which not need to be in back-up configuration

- The system should include an external GPS antenna, which can be located at least 40 me-ters from the main system

- It must generate a signal NTP- Generator must have redundand power supply

2 Automatic changeover switch unit

EVERTZ 5601ACO2 21 pcs

max. 60 days

1 pcs max. 5

months, but not before

then 2015- Very high reliability- Indication of the status of both primary and back-up generator.- Automatic or manual selection of primary or back-up SPG- Automatic changeover unit must have redundand power soupply- Continues operation with selected SPG in case of power failure on the change over unit.- Service manuals.

3.3.10 LOT J: MODULAR EQUIPMENT

Delivery time for HD-4 and spare is max. 60 days after signing a contractDelivery time for HD-3 is max. 5 months after signing a contract, but not before then 2015

Specification table:

Description HD-3 HD-4 spare Sample model or equivalent

1 1<8 Analog video/Sync distribution amplifier 9 9 1 D VA 5718L

2 Down converter with analog video and audio outputs 3 3 1 C DX 5624

3 3G dual FS withup, down, cross converter, audio processing 2 2 1 P VD 5840D type1

4 Dual AES audio distribution amplifier 1 1 1 D AD 5220S5 Analog audio distribution amplifier 2 2 1 D AA 5320

25

Page 26: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

6 3G/HD/SD SDI Frame Synchronizer 3 3 1 PVD 58007 3Gbit SDI/ASI Distribution Amplifer with Fiber I/O 1 1 1 DVO 5810

8 Dual 12 Bit CVBS to SDI Decoders and Frame Syncs 1 1 1 CAD 5122

9 3G/HD/SD Color corrector 1 1 1 P VD 5840D type210 Quad Fiber Optic to SDI Receiver 2 2 1 ORX 580011 Quad SDI to Fiber Optic Transmitter 2 2 1 OTX 5840

12 3G/HD/SD 8 Channel Analog Audio Embedder / Deembedder 1 1 1 PDM 5380

13 3G/HD/SD Three Channel SDI Distribution Amplifier 1 1 1 DVD 5830

14 3Gbit Dual Channel SDI/ASI Distribution Amplifier 4 4 1 DVD 5820

15 Dual 1>4 / Single 1>8 Analog Audio Dist.Amp. (Transformer Isolated) 2 2 1 LTC DAA 5321

16 Dual Word Clock Distribution Amplifier 1 1 1 DAD 5220 WCB17 Redundant power supply for frame 5 5 R PS 501218 2RU frame 5 5 R FR 501219 Controller card for frame 5 5 R CT 5031/10/21

20 user control SW 1 1

SNMP contr. SW +2 x

OH_RCT5023_SERVER +

2x OC_RSL_FUNC21 SNMP control SW 1 1 SNMP contr. SW22 user and service manual for all offered equipment 1 1

Detailed technical requirements

1. Analog video/sync distribution amplifier 1<8 must have

a. 1 input SDTV/HDTV analog video/ three level or bi level sync with loop through outputb. Adjustable equalization to 200m SDTV or 100M HDTV for Belden 8281 cablec. Adjustable gain -3,2dB to+3,6 dBd. Input clamping ON/OFFe. Return loss on output: 46,5dB dB to 10MHzf. Distribution of 1 signal to eight signal, in studio 2 four pieces of distribution 1<8 outputs can

be replaced with two pieces of 1<16 outputs, if the same offered spare module can be used for replace of faulty 1<8 and 1<16 module

g. Remote control, status monitoring and error logging by control system. SNMP error reporting is also required.

2. Down converter with analog video and audio outputs must have

a. HD down converter and de-embedder which provides audio (AA and AES) and SDTV video outputs (1x composite PAL and 2x SD-SDI).

b. a choice of output formats of either 16:9 Letterbox, 4:3 Stretch to Fill or 4:3 Center Cut.c. 709>601 Color Space Conversiond. audio signals are de-embedded and delayed to match video processing and re-embedded

into converted outputse. Adjustable Horizontal Aperture Corrector for converted outputsf. Passes any embedded DolbyE streams transparently to converted outputs

26

Page 27: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

g. Full video processing for analog video outputs (Luma gain / U gain / V gain / Black level / Sharpness/ Hue).

h. Full Audio processing for analog audio outputs providing (Left + Right channel swap / mute and de-emphasis, adjustable left and right audio gain levels)

i. Remote control, status monitoring and error logging by Control system. SNMP error re-porting is also required.

3. 3G dual FS with up, down, cross converter, audio processing must have: a. 2x 3Gbps/HD/SD input, modul must include two channelos of signal processing. If the bid-

der has not 2-channel modules with described functionality, he has to offer two times more pieces of modules as demanded in the specification table

b. Analog tri-level or bi-level (black) reference sync (auto-detect) cross lock compatible c. 2 channel framestore synchronizingd. 2 channel advanced aspect ratio convertere. 2 channel noise reductionf. 2 channel advanced up/down/cross converterg. 4x SDI outputs independent user mappable to any internal resourceh. Each output has independent 10 bit digital video processing providing:

i. Adjustable colour saturation, black level and colourii. Adjustable aperture correctioniii. Color space conversioniv. Integral test pattern generator with multiple testsv. Adjustable output timing delay (3 frames)

i. High quality format conversion with letterbox / pillarbox and stretch to fill presets as well as user adjustable sizing

j. AFD/Closed Caption/Timecode and WSS supportk. All audio (16 mono channels) is de-embedded from the SDI inputs, processed and em-

bedded again to video signal (audio and video must by in sync at the output)l. 8 x external AES inputs and outputs (transformer isolated), m. 48 channel audio processingn. Audio processing includes gain / mute, and invert plus stereo mixdown with overload and

silence detection, phase adjustmento. 4 DolbyE synchronizers to maintain guard band alignmentp. No pops and clicks in audio even when frames are dropped/addedq. Audio is delayed to track the video synchronizer automaticallyr. Must pass all ancillary data in HANC and VANC blanking s. Must provide a later upgrade to fiber optical connectorst. Store 7 module presets and switch between four with GPIu. Remote control, status monitoring and error logging by Control system. SNMP error re-

porting is also required.

4. Dual AES audio distribution amplifier must have

a. One or dual channel mode, distribution of one AES input signal to 8 outputs or 2 different AES input signals to 4 outputs each

b. Input presence detectionc. Sample rates between 32kHz and 108KHz, independent for each input channeld. Fully isolated transformer coupled inputs and outputse. Microprocessor controlled with internal flash ram for storing configurationf. Back plate with screw terminal, single jack Weco connectors for balanced AES inputs and

outputs g. Remote control, status monitoring and error logging by Control system. SNMP error re-

porting is also required.

27

Page 28: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

5. Analog audio distribution amplifier must havea. One or dual channel mode, distribution of one mono input signal to 8 outputs or 2 different

stereo input signals to 4 outputs eachb. Input presence detectionc. Independently adjustable gain for each input channeld. Microprocessor controlled with internal flash ram for storing configuratione. Back plate with screw terminal, single jack Weco connectors for balanced analog audio in-

puts and outputsf. Remote control, status monitoring and error logging by Control system. SNMP error re-

porting is also required.

6. 3G/HD/SD SDI Frame Synchronizer must havea. SD/HD operation with auto detection of input video standard.b. Analog tri-level or bi-level (black) reference sync (auto-detect) cross lock compatible c. All 16 channels of embedded audio at SDI input signal must be de-embedded, delayed to

match video processing dealy and re-embeddedd. 4 x SDI outputs e. Integrated test pattern generatorf. Auto-tracking audio delay with no “pops” or “clicks” in audio even if add or drop framesg. Up to 62 frames of adjustable delayh. Remote control, status monitoring and error logging by Control system. SNMP error re-

porting is also required.

7. 3Gbit SDI/ASI Distribution Amplifer with Fiber I/O must have

a. Support SMPTE 259M, 292M, 424M, DVB-ASI and SMPTE 310b. Input cable compensation:

i. 270 Mb/s: 250 m cable type Belden 8281, ii. 1.485 Gb/s: 140 m cable type Belden 1694Aiii. 2.97 Gb/s: 80 m cable type Belden 1694A

c. Jitter: 2,96GHz < 0.3UId. User selection of electrical or optical (fiber) SDI inputse. 6 x electrical and 1 x optical SDI outputsf. User selection of reclocking or non-reclocking modeg. Input video standard must be Auto-detectedh. CWDM support of all 18 optical wavelengthsi. posibility that in non-reclocking mode distribution of any data stream from 143Mbps to

3Gbps is transparentj. LED indication if input signal is present k. LC fiber connectorl. Fiber SFP module must be freely removed or replaced without disconnection of fiber ca-

blesm. Remote control, status monitoring and error logging by Control system. SNMP error re-

porting is also required.

8. Dual 12 Bit CVBS to SDI Decoders and Frame Syncs must have

a. Two independant high Quality 12 bit A/D conversion channelsb. PAL / NTSC mode must be auto detectedc. Frame synchronizer / TBC with pixel, line and frame adjustments to delay output for syn-

chronization to external audio d. At least 54 MHz sampling e. At least 10 lines to 8 frames of delay in 37ns incrementsf. CVBS inputs (with passive loop through)g. 10 bit SDI outputs SMPTE 259M-Ch. User selectable Luma / Chroma filtersi. User selectable 5 line Comb and Adaptive filters

28

Page 29: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

j. User selectable external or internal reference and low sensitivity genlock mode k. Posibility to adjust Gain, Saturation, Pedestal and Huel. Integrated alphanumeric display and menu system for local configurationsm. Remote control, status monitoring and error logging by Control system. SNMP error re-

porting is also required.

9. 3G/HD/SD Color corrector must have

a. 2x 3Gbps/HD/SD input, modul must include two channelos of signal processing. If the bid-der has not 2-channel modules with described functionality, he has to offer two times more pieces of modules as demanded in the specification table

b. Analog tri-level or bi-level (black) reference sync (auto-detect) cross lock compatible c. 2 channel framestore synchronizingd. 2 channel advanced aspect ratio convertere. 2 channel noise reductionf. 2 channel RGB color correctiong. 2 channel advanced up/down/cross converterh. 4x SDI outputs independent user mappable to any internal resourcei. Each output has independent 10 bit digital video processing providing:

i. Adjustable gain, saturation, hue, black levelii. Adjustable aperture correctioniii. Color space conversion

j. Integral test pattern generator with multiple testsk. Adjustable output timing delay (up to 3 frames)l. High quality format conversion with letterbox / pillarbox and stretch to fill presets as well

as user adjustable sizingm. AFD/Closed Caption/Timecode and WSS supportn. All audio (16 mono channels) is de-embedded from the SDI inputs, processed and em-

bedded again to video signal (audio and video must by in sync at the output)o. 8 x external AES inputs and outputs (transformer isolated), p. 48 channel audio processingq. Audio processing includes gain / mute, and invert plus stereo mixdown with overload and

silence detection, phase adjustmentr. 4 DolbyE synchronizers to maintain guard band alignments. No pops and clicks in audio even when frames are dropped/addedt. Audio is delayed to track the video synchronizer automaticallyu. Must pass all ancillary data in HANC and VANC blanking v. Must provide a later upgrade to fiber optical connectorsw. Store 7 module presets and switch between four with GPIx. Remote control, status monitoring and error logging by Control system. SNMP error re-

porting is also required.

10. Quad Fiber Optic to SDI Receiver must have

a. Support for SMPTE 259M, 292M, 424M, DVB-ASI and SMPTE 310b. 4 independent Fiber RX channels and 4 x SDI outputsc. operational range from1260nm to 1620nm d. on two channels user can select between electrical / optical inputs e. each channel must work in reclocking or non-reclocking mode f. input clock rate must be auto-detectedg. posibility that in non-reclocking mode distribution of any data stream from 143Mbps to

3Gbps is transparent h. LED indication if input signal is present for each channeli. Internal 4x4 signal router for flexible I/O mapping j. LC fiber connector, single mode or multimode fiberk. Fiber SFP module must be freely removed or replaced without disconnection of fiber ca-

blesl. Remote control, status monitoring and error logging by Control system. SNMP error re-

porting is also required.

29

Page 30: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

11. Quad SDI to Fiber Optic Transmitter must have

a. 4 optical TX channels and aditional 2 x electrical outputsb. Support for SMPTE 259M, 292M, 424M, DVB-ASI and SMPTE 310c. CWDM support of all 18 optical wavelengthsd. each channel must work in reclocking or non-reclocking mode e. input clock rate must be auto-detectedf. posibility that in non-reclocking mode distribution of any data stream from 143Mbps to

3Gbps is transparentg. LED indication if input signal is present for each channelh. Internal 4x6 signal router for flexible I/O mapping i. LC fiber connector, single mode or multimode fiberj. Fiber SFP module must be freely removed or replaced without disconnection of fiber ca-

blesk. Remote control, status monitoring and error logging by Control system. SNMP error re-

porting is also required.

12. 3G/HD/SD 8 Channel Analog Audio Embedder / Deembedder must have

a. Support for all SDI formats up to 3Gbit with auto detection of input signal b. Posibility to switch between 8 channel embedder or de-embedderc. 24 channel audio processing stage which allow to adjust gain, phase invert, mute and

stereo to mono mixdown d. Posibility of overload and silence detectione. 24 x 24 mono output crossbar for embedder and external audio channel assignmentf. Posibility that module will embed audio in a selectable internal test signal (in the case

there is no input signal)g. Up to 62 frames of programmable delayh. Up to 10 seconds of audio delay i. Posibility to embed or de-embed Timecode using two of the audio inputs/outputs j. Remote control, status monitoring and error logging by Control system. SNMP error re-

porting is also required

13. 3G/HD/SD Three Channel SDI Distribution Amplifier must have

a. Support for all SDI formats up to 3Gbit with auto detection of input signal b. 3 x SDI inputs and 3 sets of 2 outputsc. Posibility that user map any input on any outputd. each channel must work in reclocking or non-reclocking mode e. non inverting all SDI outputs f. posibility that in non-reclocking mode distribution of any data stream from 143Mbps to

3Gbps is transparentg. Microprocessor controller which allow storing configuration in internal flash ram h. LED indication if input signal is present for each channel i. Remote control, status monitoring and error logging by Control system. SNMP error re-

porting is also required

14. 3Gbit Dual Channel SDI/ASI Distribution Amplifier must have

a. support for all SDI formats up to 3Gbit with auto detection of input signalb. support for ASI/DVB and SMPTE 310 streamsc. Dual channel 1>4 or one channel 1>8 d. each channel must work in reclocking or non-reclocking mode e. posibility that in non-reclocking mode distribution of any data stream from 143Mbps to

3Gbps is transparentf. Microprocessor controller which allow storing configuration in internal flash ram g. LED indication if input signal is present for each channel h. Remote control, status monitoring and error logging by Control system. SNMP error re-

porting is also required

30

Page 31: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

15. Dual 1>4 / Single 1>8 Analog Audio Dist.Amp. (Transformer Isolated) must have

a. operation mode 1>8 mono or dual 1>4 stereob. Balanced analog audio inputs and outputsc. All audio inputs and outputs isolated with audio transformersd. detection of presence of input signale. Independently adjustable gain for each input channelf. Microprocessor controller which allow storing configuration in internal flash ram g. Remote control, status monitoring and error logging by Control system. SNMP error re-

porting is also required

16. Dual Word Clock Distribution Amplifier must have

a. Operation mode: 1>8 or dual 1>4.b. detection of presence of input signalc. Support for clock signals between 32KHz and 108KHz (independent for each input chan-

nel).d. 5V TTL outputs.e. isolated inputs (transformer coupled)f. Microprocessor controller which allow storing configuration in internal flash ram g. Remote control, status monitoring and error logging by Control system. SNMP error re-

porting is also required

Additional technical specifications:

a. Frames must have redundant power supply (both are working all the time at around 40%, if one broke, the second supply all necessary power).

b. Mixed audio/video/3G/HDTV/SDTV modules should be in the same frame. c. All modules must operate in the same type of universal framesd. All frames must be cooled by exhausting the cool air from the front side of the frame.e. All modules, where it is required in the specification table, must be capable of processing

3G-SDI signalsf. All video inputs and outputs must have impedance of 75 Ωg. For every card adequate rear panel (back panel) must be hot swappableh. All modules must be hot swappable.i. Every frame should have j. controller card and Ethernet based remote control interface with k. software for set up parameters of the board and l. SW for monitoring status and error reporting of the card m. at least SNMP error reportingn. All modules must be produced by the same companyo. Quantity and type of the modules are specified in the specification tablep. Each frame must allow that built in modules are set up and monitored through LAN (Ether-

net) port (RJ-45) q. Set up of parameters of each module must be allowed also locally without LAN (Ethernet)

connection r. Minimum 10 or more bits processing of SDI video signals is required s. Audio converters must be realized with minimum 24 or more bits A/D conversiont. Audio modules must have symmetrical audio connectors with impedance of 110 Ohms u. The offered seria of modules must include besides the module types defined in the speci-

fication table also the audio delay lines , SDI electrical to fibre transceiver, passive fiber multiplexers/demultiplexers and splitters

v. 2 years warranty is required

31

Page 32: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3.11 LOT K: COMMON CONTROL SYSTEM

In LOT K must be offered:

2 pieces of Common control system (1 piece – delivery time max. 60 days after signing a contract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)

a. it must be capable to control:- router (multi layer management, multi router controlling (associated routing (signal

linking) for example avdio follow video, routing of groups of signals – salvos, time de-pended switching, current status indication, label transfer)

- multiviewer (label transfer, tally, layout changes)- vision mikser (internal routing, aux buses, label transfer, tally, external GPI trigger

management)- audio mikser (internal routing, label transfer, level control, external GPI trigger man-

agement)- intercom (internal routing, label transfer, external GPI trigger management)- AV network (internal routing, label transfer, external GPI trigger management, inter-

nal processing)- KVM matrix (internal routing)- VTR/SERVERS (control by RS 422 protokol like start/stop rec, play)- RCP/OCP and CCU (tally, RCP/OCP assigment, dynamic joystick override, RCP/

OCP to waveform assigment, dynamic CCU replacement)- GPI (128 optocoupler inputs and 128 relay outputs, tally assigment), - some functions of modular equipment (equipment to process audio or video signals

(e.g. frame synchroniser) or to transmit such signals (e.g. ISDN codecs), embedders, dembedders, colour correctors, on shot preset, multiaction per button, snapshots)

- Control of IMD/Tally system must be able to provide external multiviewer systems and IMDs with static or dynamic text to assign names to signals, Tally signalling us-ing displays and multiviewers must be possible as well. It must be possible to assigne different tally colour to devices.

b. 3 pieces control panels (1 RU) with at least 17 buttons, 1 control pannels (2 RU) with at least 33 buttons and 1 incremental encoder, 4 control panel (2 RU) with at least 50 but-tons and 1 incremental encoder, 2 control panels with 24 buttons to mount at the right side of the video measuring instrument.

c. It must have at least 2 web panels d. Central control must be possible (cross point indication, label management, setup man-

agement, logic state control-GPI and Bolean logic)e. Video wall and vision mikser inputs must be controled by snapshot, mikser back-up oper-

ation by backup control pannel with local take over and equal mikser button layoutf. Avdio monitoring control over the audio mixing console (source selection, volume control-

mute, mode,..)g. Controller must be full redundat (also database), it must be synchronized to LTC signalh. The system must be scalable by the number of control pannelsi. The system must be remote accesable (for example by VPN access)j. The system must allow connection to control system installed in existing OB Vans and be-

have as slave or master systemk. Maintenance/commissioning and operational training (in period of 2 + 2 days) on Contract

Authority location with accommodation, daily allowances and travelling expenses

like or equivalent to VSM (Virtual Studio Manager)

32

Page 33: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3.12 LOT L: PATCH PANELS, V/A/DATA CONNECTORS, V/A/DATA CABLES

In LOT L must be offered:

Patch panels and accessories (delivery time max. 60 days after signing a contract)

V/A/Data connectors and accessories (delivery time max. 60 days after signing a contract)

V/A/Data cables and accessories (delivery time max. 60 days after signing a contract)

3.3.12.1 Patch panels and accessories

Patch panel Sample model or equivalent quantity

1 Video patch panels Type 1 with 32 patches, normal through type Canare 1RU 32MD-ST 20

2 Video patch panels Type 2 with 24 patches, straight through type Canare 1RU 24DVS 6

3 Patch cords for patch panels Type 1 length: cca. 30 cm (Blue) 304 Patch cords for patch panels Type 1 length: cca. 60 cm (Black) 205 Patch cords for patch panels Type 1 length: cca. 90 cm (Red) 20

6 Patch plugs to BNC for patch panels Type 1 40

7 Patch plugs to BNC for patch panels Type 2 60

8 Audio patch panels Type 3 with 48 patches Ghielmetti CSF 1x48 AV 3/1 SA G 16

Technical specification for audio patch panel Type 3: 48 channels, 3-pole 19", 1 RU, front panel anthracite plug-in connection 96 solder lug connectors GAS 323 LA C 48 normalling plugs, white 1 cable bar 2 designation strips Signal level: 0Hz<f<5MHz : -64dBu to+36dBu Crosstalk: 30Hz<f<30kHz : >90dB Switch off attenuation: : 30Hz<f<30kHz : >90dB Operation voltage: 50V

9 Patch cords for patch panels Type 3 length: cca. 60 cm, GMK 313/60 D blue 2010 Patch cords for patch panels Type 3 length: cca. 60 cm, GMK 313/60 D green 2011 Patch cords for patch panels Type 3 length: cca. 60 cm, GMK 313/60 D red 2012 Patch cords for patch panels Type 3 length: cca. 60 cm, GMK 313/60 D black 40

33

Page 34: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3.12.2 V/A/Data connectors and accessories

Video connectors and accessories Sample model or equivalent quantity1 BNC + cable boot for LV-61S Canare BNC BCP-C4B 800

cable boot CB04 White 8002 BNC + cable boot for L-4CFB Canare BNC BCP-C4F 800

cable boot CB04 Black 8003 BNC + cable boot for L-2.5CFB Canare BNC BCP-C25F 4000

cable boot CB02 Black 40003 BNC 90° + cable boot for L-2.5CFB Canare BNC BCP-LC25F 200

cable boot CB02 Black 2004 BNC panel mount Canare BNC panel mount BCJ-JRUD 2005 Extension adapter SD/HD 75 ohm Canare barrel adapter BCJ-J 4005 Termination plug SD/HD 75 ohm Canare termination BCP-TA 6006 Hand crimp tool Canare hand crimp tool TC1 + DIE set 47 Cable stripper Canare cable stripper TS100E 48 Spare blades for cable stripper Canare TSC blade cassette for TS100E 49 BNC fitting tool BNC fitting tool 200mm 55-511 2

BNC fitting tool BNC fitting tool 300mm 55-512 210 cable marker fitting tool cable marker fitting tool size PTV+45 411 cable marker fitting tool cable marker fitting tool size PTV+90 412 cable marker fitting tool cable marker fitting tool size PTV+150 4

13cable markers set for 2.4 – 5 mm

cable markers PTV+45 0,1,2,3,4,5,6,7,8,9

loose of 100 (39-980 to 39-899) 50

14cable markers set for 2.4 – 5 mm

cable markers PTV+45 0, 5

loose of 100 (39-980 and 39-985) 40

15cable markers set for 4 – 9 mm

cable markers PTV+900,1,2,3,4,5,6,7,8,9

loose of 100 (39-990 to 39-999) 50

16cable markers set for 4 – 9 mm

cable markers PTV+90 0,1

loose of 100 (39-990 to 39-991 ) 40

17 cable markers set for 4 – 9 mm

cable marks PTV+90 A,B,C,D,E,F,G,H,I,J,K,L,M,N,O,P,Q,R,S,T,U,V

,W,X,Y,Zloose of 100 ( 39-921 to 39-946 ) 10

18cable markers set for 9 – 16 mm

cable markers PTV+1500,1,2,3,4,5,6,7,8,9

loose of 100 ( 39-660 to 39-669 ) 8

Avdio connectors and accessories Sample model or equivalent quantity1 XLR uniseks cable Neutrik NC3FM-C 242 XLR 90° female cable Neutrik NC3FRX-B 403 XLR 90° male cable Neutrik NC3MRX-B 404 XLR female cable Neutrik NC3FXX-B 3005 XLR male cable Neutrik NC3MXX-B 3006 XLR female mounting Neutrik NC3FD-LX-B 1007 XLR male mounting Neutrik NC3MD-LX-B 1008 XLR female cable Neutrik NC4FXX-B 209 XLR male cable Neutrik NC4MXX-B 20

10 XLR female mounting Neutrik NC4FD-LX-B 1211 XLR male mounting Neutrik NC4MD-LX-B 12

34

Page 35: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

12 XLR female cable Neutrik NC5FXX-B 1013 XLR male cable Neutrik NC5MXX-B 10

14XLR/BNC adapter

110/75 ohmfemale/ female Neutrik NADITBNC-F 24

15XLR/BNC adapter

110/75 ohm male/female Neutrik NADITBNC-M 24

16 phono (RCA)pair (red,

black) cable Neutrik NF2C-B/2 20

17OptiCon 2 with sealing cover female mounting Neutrik NO2-4FDW-1-A 40

18OptiCon 4

with sealing cover female mounting Neutrik NO4FDW-A 40

19 EtherCon female mounting Neutrik NE8FDY-C6-B 80

20EtherCon with

RJ45 male cable Neutrik NE8MC6-MO + RJ45 40

21 D-SUB 9M male cableD-SUB 9M plastic shell, soldering

contacts 40

22 D-SUB 9F female cableD-SUB 9F plastic shell, soldering

contacts 40

23 D-SUB 15M male cableD-SUB 15M plastic shell with side cable

entry, soldering contacts 80

24 D-SUB 15F female cableD-SUB 15F plastic shell with side cable

entry, soldering contacts 80

25 D-SUB 25M male cableD-SUB 25M plastic shell with side cable

entry, soldering contacts 80

26 D-SUB 25F female cableD-SUB 25F plastic shell with side cable

entry, soldering contacts 20

27 D-SUB 37M male cableD-SUB 37M plastic shell with side cable

entry, soldering contacts 40

28 D-SUB 37F female cableD-SUB 37F plastic shell with side cable

entry, soldering contacts 40

29 D-SUB 44M male cableD-SUB 44M plastic shell with side cable

entry, soldering contacts 20

30 D-SUB 44F female cableD-SUB 44F plastic shell with side cable

entry, soldering contacts 20

31 D-SUB 50M male cableD-SUB 50M plastic shell with side cable

entry, soldering contacts 10

32 D-SUB 50F female cableD-SUB 50F plastic shell with side cable

entry, soldering contacts 10

33 Adapter Neutrik NA3FF 2434 Adapter Neutrik NA3MM 2435 Adapter Neutrik NA3FP 2436 Adapter Neutrik NA3MP 2437 Adapter Neutrik NA2FP 2438 Adapter Neutrik NA2MP 2439 Adapter Neutrik NA2FPMM 2440 Adapter Neutrik NA3FJ 2441 Adapter Neutrik NA2FPMF 2442 Adapter Neutrik NA2MPMF 2443

43 Cable testerPALADIN 1577 PC cable-chech PRO

cable tester 25-056 2

35

Page 36: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3.12.3 V/A/Data cables and accessories

Video cables – description d [mm]

Sample model or equivalent

Quantity (m)

1 analog koaks 75 ohm Black 6.1 Canare LV-61S 12002 digital HD koaks 75 ohm Blue 6.1 Canare L-4CFB 12003 digital HD koaks 75 ohm Green 6.1 Canare L-4CFB 12004 digital HD koaks 75 ohm Green 4 Canare L-2.5CFB 9000

Avdio cables – description No. of pairs

d [mm]

Sample model or equivalent

Quantity (m)

1 microphone HQ black 1 6,0 Mogami 2549 12002 analog multicore 4 8,6 Mogami 2931 10003 analog multicore 8 11,5 Mogami 2932 10004 digital AES/EBU black 1 5,0 Mogami 3080 9005 digital AES/EBU 4 10,5 Mogami 3161 16006 digital AES/EBU 8 13,8 Mogami 3162 12007 analog multicore field  black 12 16,2 Belden BE46315 500

Data cables – description No. of wires

d [mm]

Sample model or equivalent

Quantity (m)

1 network Cat 6 blue 8 6,0 schrack 5000

Hybrid camera field cable assembly – description d [mm]

Quantity (m)

1 Lemo FMW.3K.93C.TLMC96Z with blancking cap PUW.3K.93C.TLMCC 9 7 m 16

2 Lemo FUW.3K.93C with band rellef capPUW.3K.93C with band rellef cap 9 150 m 12

3 Lemo on reel

FUW.3K.93C with band rellef capPUW.3K.93C with band rellef cap 9 250 m 2

4 TB panel 7× LEMO FMW.3K.93C.TLMC96Zangled mounting panel 2 RU 2

36

Page 37: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3.13 LOT M: CAMERAS

In LOT M must be offered:

2 pieces of camera type 1 (delivery time max. 5 months after signing a contract, but not before then 2015)6 pieces of camera type 2 (delivery time max. 5 months after signing a contract, but not before then 2015)

3.3.13.1 Camera type 1

The bid must comprises parts which are specified in the following table:

Item Description Qty

1 Camera head with 3x2/3’’ CCD sensors 2

2 Fiber adapter 23 7’’ HD 16:9 CRT/OLED/ viewfinder or bigger (LCD is not allowed) 24 2’’ HD 16:9 CRT viewfinder 25 Camera control unit 26 Remote control unit 27 Tripod adapter 28 Headset double muff-XLR5 29 Headset single muff-XLR5 210 Rack (19’’) mounting kit for camera control unit 211 Operational manual for all items 212 Maintenance manual for all items 2

13All necessary data cables to connect different parts of camera chain to each other except Hybrid Fiber Camera Cable – the distance between CCU and Remote control unit is 10 m

2

Technical requirements

Camera head:

a. Camera head must includes three (3) 2/3” CCD sensors with at least 1920 x 1080 pikselsb. Camera must produce picture in the following resolutions: 720/50p and 1080/50i (it must

have option (SW licence) to upgrade to 1080/50p)c. Camera must have 16 bit A/D conversion of the signal from sensord. The 16:9 picture format is requirede. Depth of modulation must be at least 50% or more (at 27 MHz and standard lens)f. Sensitivity must be at least F11 / 2000lux/ 90% reflectivity of white surface g. Dynamic range must be at least 600% or more h. Signal to noise ratio on Y signal must be at least -60 dB or better ( with build in noise re-

ducer it must be possible to achieve at least -64 dB)i. It must have Auto Lens Aberration Compensation (with horizontal and vertical compensa-

tion)j. It must have also 1080/100i mode of operation (double speed Acquisition)k. It must have 1Gbps Ethernet connection between camera head and camera control unit

over hybrid camera cablel. It must have build in Focus Assist Functions

37

Page 38: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

m. A camera must have 7” OLED VF or bigger with sunhood, which must not have bottom plate (the display must have aspect ratio 16:9)

n. A camera must have 2” CRT VF (the display must have aspect ratio 16:9). o. At least two independent adjustments of skin tone contour must be enabledp. It must be possible to use it with large lens adapterq. It must be possible to control it with master control unitr. It must have motorised optical filters: CC filters (Cross, 3200K, 4300K,6300K, 8000K) and

ND filters (CLEAR, 1/4ND, 1/16ND, 1/64ND)s. The temperature operating range must be from -20⁰C to + 45⁰Ct. It must have at least 1 MIC input with selectable phantom +48Vu. It must have robust MIC holderv. It must be prepared for mounting a microphone with parabolic reflectorw. The attached table TPC Form (Technical Parameters of Camera) must be filled in, signed

and returned with the bid.

Fiber adapter:

a. Transfer of the video signal to the CCU must be enabled in component mode by Hybrid Fiber Camera Cable Cable.

b. At least two (2) return channels must be enabled and one (1) telepromter channelc. It must have at least three (3) video outputs: signal from the camera head, one for return

channel and one for teleprompter return channel. d. It must have at least HD-SDI or HDMI output of camera head signal e. It must have DC output: 12V and allowed current of at least 1.5Af. At least one (1) intercom channel must be enabled for technical and one (1) intercom

channel for program communication.g. Connector for headset and loudness control for headset must be build inh. It must have at least 2 MIC inputs with selectable phantom power +48V and selectable at-

tenuatori. Tracker connector must be built inj. It must be compatible with HDCU-1000/1500 CCUs

Camera control unit:

a. It must include the following I/O:- 6 x HD-SDI outputs or more with embedded audio- 4 mono signals (BNC connec-

tor)- 1 x HD-SDI monitoring output (BNC connector)- at least three (3) inputs for return signal (HD/SD-SDI signal - BNC connector)- input for teleprompter signal (BNC connector)- connector for 4W (four wire) intercom system (for program and technical commu-

nication)b. Synchronisation to PAL reference signal must be enabled c. Inputs (at least 2) for ON-AIR signalisation for camera head and control panel must be en-

abled d. Transfer of the video signal over Hybrid Fiber Camera Cable Cable in component mode

must be enablede. It must support hybrid fibre cable length up to 2,500mf. It must have input for remote audio level control of all camera MIC`s (preamplifiers gains)g. It must include Lemo type of Hybrid Fiber Camera Cable connector

38

Page 39: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Remote control panel

a. It must have joystick for iris adjustment b. It must allow adjustment of basic camera parameters and at least the following are re-

quired: iris, master black level, RGB gains and black levels, contour level, KNEE point and slope level, saturation of colour, storing and recalling of camera parameters, adjustments of skin contours, etc.

c. It must allow joystick override function ( for preview)d. Max width must be 80 mme. Communication between CCU and RCP must be over Ethernetf. It must have ON-AIR indication

Technical parameters of Studio camera

CAMERA TYPE:TRIAX ADAPTER TYPE:CAMERA CONTROL UNIT TYPE:REMOTE CONTROL PANEL:Manufacturer:Bidder:

Technical Parameter Value

1 Sensor type "

2 number of pixels pixels

3 number of bits of A/D conversion bit

4 number of bits in digital signal processing bit

5 sensitivity at 2000 lux / 90% reflectivity F

6 dynamic range %

7 depth of modulation %

8 vertical smear dB

9 signal to noise ratio dB

10 number of independent skin tone contour adjustments

11 number of return channels

like HDC-2400/HDCU-2500 or equivalent

39

Page 40: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3.13.2 Camera type 2

The bid must comprises parts which are specified in the following table:

Item Description Qty

1 Camera head with 3x2/3’’ CCD sensors 6

2 Fiber adapter 63 7’’ HD 16:9 OLED viewfinder or bigger (LCD is not allowed) 64 2’’ HD 16:9 CRT viewfinder 35 Camera control unit 66 Remote control unit 67 Master control unit 28 Tripod adapter 69 Large lens adapter 210 Script holder with lamp 611 Headset double muff-XLR5 612 Headset single muff-XLR5 613 Rack (19’’) mounting kit for camera control unit 314 Operational manual for all items 215 Maintenance manual for all items 2

16All necessary data cables to connect different parts of camera chain to each other except Hybrid Fiber Camera Cable – the distance between CCU and Remote control unit is 10 m

6

Technical requirements

Camera head:

a. Camera head must includes three (3) 2/3” CCD sensors with at least 1920 x 1080 pikselsb. Camera must produce picture in the following resolutions: 720/50p, 1080/50i c. Camera must have 16 bit A/D conversion of the signal from sensord. The 16:9 picture format is requirede. Depth of modulation must be at least 45% or more (at 27 MHz and standard lens)f. Sensitivity must be at least F11 / 2000lux/ 90% reflectivity of white surface g. Dynamic range must be at least 600% or more h. Signal to noise ratio on Y signal must be at least -60 dB or better i. A camera must have 7” OLED VF or bigger with sunhood, which must not have bottom

plate (the display must have aspect ratio 16:9). It must have also focus assist feature.j. A camera must have 2” CRT VF (the display must have aspect ratio 16:9). k. At least two independent adjustments of skin tone contour must be enabledl. It must be possible to use it with large lens adapterm. It must be possible to control it with master control unitn. It must have motorised optical filters: CC filters (Cross, 3200K, 4300K,6300K, 8000K) and

ND filters (CLEAR, 1/4ND, 1/16ND, 1/64ND)o. The temperature operating range must be from -20⁰C to + 45⁰Cp. It must have at least 1 MIC input with selectable phantom +48Vq. It must have robust MIC holderr. It must be prepared for mounting a microphone with parabolic reflectors. The attached table TPC Form (Technical Parameters of Camera) must be filled in, signed

and returned with the bid.

40

Page 41: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Fiber adapter:a. Transfer of the video signal to the CCU must be enabled in component mode by Hybrid

Fiber Camera Cable Cable.b. At least two (2) return channels must be enabled and one (1) telepromter channelc. It must have at least three (3) video outputs: signal from the camera head, one for return

channel and one for teleprompter return channel. d. It must have at least HD-SDI or HDMI output of camera head signal e. It must have DC output: 12V and allowed current of at least 0.5Af. At least one (1) intercom channel must be enabled for technical and one (1) intercom

channel for program communication.g. Connector for headset and loudness control for headset must be build inh. It must have at least 2 Audio inputs with selectable phantom powe +48V, selectable atten-

uatori. Tracker connector must be built inj. It must be compatible with HDCU-1000/1500 and HDCU-2000/2500 CCUs

Camera control unit:a. It must include the following I/O:

- 3 x HD-SDI outputs or more with embedded audio- 4 mono signals (BNC connec-tor)

- 1 x HD-SDI monitoring output (BNC connector)- 2 x audio outputs: 2 AES signals on two BNC/XLR connectors- at least two inputs for return signal (HD/SD-SDI signal - BNC connector)- input for teleprompter signal (BNC connector)- connector for 4W (four wire) intercom system (for program and technical commu-

nication)b. Synchronisation to PAL reference signal must be enabled c. Inputs (at least 2) for ON-AIR signalisation for camera head and control panel must be en-

abled d. Transfer of the video signal over Hybrid Fiber Camera Cable Cable in component mode

must be enablede. It must support hybrid fibre cable length up to 2,500mf. It must have input for remote audio level control of all camera MIC`s (preamplifiers gains)g. It must include Lemo type of Hybrid Fiber Camera Cable connector

Remote control panela. It must have joystick for iris adjustment b. It must allow adjustment of basic camera parameters and at least the following are re-

quired: iris, master black level, RGB gains and black levels, contour level, KNEE point and slope level, saturation of colour, storing and recalling of camera parameters, adjustments of skin contours, etc.

c. It must allow joystick override function ( for preview)d. Max width must be 80 mme. Communication between CCU and RCP must be over Ethernetf. It must have ON-AIR indication

Master control unita. It must be possible to control all cameras (15)b. It must be possible to control a camera parameter on several and all cameras simultane-

ously c. It must be possible to copy parameters from one camera to anotherd. It must be possible to control all camera parameterse. It must be as narrow as possible (max width 210 mm) f. It must have ON-AIR indication

41

Page 42: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Technical parameters of Studio camera

CAMERA TYPE:TRIAX ADAPTER TYPE:CAMERA CONTROL UNIT TYPE:REMOTE CONTROL PANEL:Manufacturer:Bidder:

Technical Parameter Value

1 Sensor type "

2 number of pixels pixels

3 number of bits of A/D conversion bit

4 number of bits in digital signal processing bit

5 sensitivity at 2000 lux / 90% reflectivity F

6 dynamic range %

7 depth of modulation %

8 vertical smear dB

9 signal to noise ratio dB

10 number of independent skin tone contour adjustments

11 number of return channels

like HDC-1700/HDCU-1700 or equivalent

3.3.13.3 OPTION M – Wireless part of camera type 1

Separately from the basic offer the Bidder also has to offer the value of the optional offer – OPTION M (Wireless part of camera type 1), as follows:

Option M must comprises parts which are specified in the following table:

Item Description Qty

1 Wireless adapter for camera of type 1 52 Wireless camera control unit for camera of type 1 with antenas and triax cable 2(delivery time max. 60 days after signing a contract or an Annex to the contract)

Wireless camera system a. It must be based on COFDM transmission systemb. The latency must be less then 2 frames (<80 ms)c. There must be possible to control camera parameters without wires from the receiver lo-

cation (camera control unit) with the same remote control panel as we used it for other cameras from this tender documentation

d. ON-AIR signalisation must be enabled

42

Page 43: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

e. From camera side one HD video and at least 2 audio signals of the highest broadcast quality must be transmitted

f. Range of above transmitted signal must be at least 150 m, if there is a sight of view be-tween camera and receiving antennas

g. The wireless camera adapter (transmitter part) must work in frequency range from 2.2 to 2.4 GHz

h. The wireless camera adapter must be integrated inside camera body. Any attachment of additional boxes in function of wireless camera dapter is not allowed

i. The above specified transmiting part must work together with already existing Gigawave receiving system which consist of: MVL-HD3 HD Diversity low delay receive controller, Gigawave Dual Diversity Receiver Head, Gigawave Fan Beam Antenna. This is because all 5 cameras will ocassionaly or permanent work with above mentioned receving systems which are already build in OB Vans

j. At leas two antennas (in diversity mode) must be allowed to receive carrier with video and audio signal

k. The distance between antennas and camera control unit (which will be installed in OB Van) for wireless camera must be at least 200 m (with Fisher connectors). The robust ca-ble system to provide the required distance must be delivered

l. Synchronisation to PAL reference signal must be enabled for wireless control unit and video and audio signals from the control unit are synchronised with PAL reference signal too

m. Camera Control unit for wireless camera system must include:- 2x HD/SD-SDI output (signals must be genlocked to OB Van reference signal)- 2x audio output- input for reference signal- input for on-air control signal

The value of optional offer M is not included in the anticipated value of public tender JN-B0643.In case the Contracting Authority decides for the purchase of this optional offer already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer M later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0643.

3.3.14 LOT N: LENSES AND PEDESTALS

3.3.14.1 LENSES

Delivery time for Items 1-2 (2 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)Delivery time for Items 3-5 (2 pieces - delivery time max. 5 months after signing a contract, but not before then 2015)Delivery time for Items 6-8 (1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)Delivery time for Items 9-11 (2 pieces – delivery time max. 5 months after signing a contract, but not before then 2015)

43

Page 44: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

The bid must comprises parts which are specified in the following table:

Item Description Pieces total

HD box lenses 2/3“

1 2/3’’ HD lenses from focal length 9 or less to 540 mm or more with EXTENDER 2x and field digital (with electronics) ZOOM/FOCUS demands. The lens must be moisture protected and build in heating system.

2

2 Protection UV filter for lens from item 1 2

2/3” HD ENG/EFP lenses

3 2/3’’ HD lenses from focal length 4.6 or less to 60 mm or more with EXTENDER 2x and MACRO. It must have built in motors for ZOOM and FOCUS.

2

4 Protection UV filter for lens from item 5 2

5 Digital ZOOM and FOCUS demands for lens under item 3.

2

6 2/3’’ HD lenses from focal length 6.3 or less to 101 mm or more with EXTENDER 2x and MACRO. It must have built in motors for ZOOM and FOCUS. Weight must be less then 2 Kg.

1

7 Protection UV filter for lens from item 8 1

8 Digital ZOOM and FOCUS demands for lens under item 6.

1

9 2/3’’ HD lenses from focal length 7.6 or less to 168 mm or more with EXTENDER 2x and MACRO. It must have built in motors for ZOOM and FOCUS. It must allowe that camera is operated from the shoulder.

2

10 Protection UV filter for lens from item 11 2

11 Digital ZOOM and FOCUS demands for lens under item 9.

2

44

Page 45: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3.14.2 Pedestals and carrying cases

Delivery time for Items a, g and h (delivery time max. 5 months after signing a contract, but not before then 2015)Delivery time for Items b, i and j (delivery time max. 5 months after signing a contract, but not before then 2015)Delivery time for Items c-e (delivery time max. 5 months after signing a contract, but not before then 2015)Delivery time for Items f (delivery time max. 5 months after signing a contract, but not before then 2015)

a. 3 x Heavy tripod with payload 120 kg, height range 52-145 cm and Pan/tilt head with pay-

load 75 kg, temperature range: -40°C to +60°C, tilt range: ±52°, 2 pan bars, quickfix adap-tor and counterbalance mechanism that does not use springs. like HDT-2 Two-Stage Tripod with Vector 750 or equivalent + the Heavy Duty [HD] Skid - Studio version (cable guards and track locks)

b. 8 x Tripod with payload 95 kg, height range 58-154 cm, mid-spreader, dolly kit (studio ver-sion), rubber feets and Pan/tilt head with payload max 35 kg, temperature range: -40°C to +60°C, tilt range: ±90°, 2 pan bars,.Like SYSTEM 25 EFP 2 CF or equivalentAll the hard cases must be without wheels, must not be tube, must be robust with foam around the equipment

c. 3x Hard carrying case for Large Lens adaptor d. 3 x Hard carrying case for box lens specified in Lenses for camerase. 3 x Hard carrying case for camera head and 7”VFf. 8 x Hard carrying case for camera head with ENG/EFP lenses specified in Lenses for

cameras, 2”VF and 7”VFg. 3 x Hard carrying case for heavy tripod (item a)h. 3 x Hard carrying case for Pan/tilt head (item a)i. 8 x Hard carrying case for tripod system specified under item b) j. 8 x Hard carrying case for dolly kit specified onder item b)k. all carrying cases must be square shaped

3.3.15 LOT O: UTILITY EQUIPMENT

3.3.15.1 DVB-T receiver

In LOT O must be offered:

No. Description Sample model or equivalent Pcs Delivery

1 DVB-T receiver 21 pcs

max. 60 days

1 pcs max. 5

months, but not before

then 2015Technical specification for DVB-T receiver

- It must have at least 1 HD/SD SDI output with embeded audio- It must support MPEG-4 compression- It must be 19'' rack-mountable

45

Page 46: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3.15.2 USB recorder

No. Description Sample model or equivalent Pcs Delivery

1 USB Recorder LGZ USB 21 pcs

max. 60 days

1 pcs max. 5

months, but not before

then 2015Technical specification for USB recorder

- It must have at least 1 HD/SD SDI input with embeded audio- It must be able to record on min. 8 USB sticks simultaneously- It must be 19'' rack-mountable- It must have a Web interface for control and configuration

3.3.15.3 KVM extenders/matrixes

No. Description Sample model or equivalent Pcs Delivery

1 KVM Matrix DVICenter DP32 21 pcs

max. 60 days

1 pcs max. 5

months, but not before

then 2015Technical specification for KVM Matrix

- The matrix must be able to connect at least 32 ports (RJ-45 ports)- It must be able to connect 18 CPU's and 14 consoles at the same time- Minimum video resolution at the console must be 1920 × 1200 @ 60Hz- It must be able to proccess VGA and DVI signals- It must be able to USB, USB 2.0 and PS/2 interfaces- Minimal distance between the matrix ant the console must be 120 m- It must be 19'' rack-mountable- The frame must be max. 1 RU- It must have a redundand power supply- It must have a Web interface for control and configuration- It must be possible to control it by control panels of required common control system of a OB

Van and existing OB Vans (without any required changes)

2 CPU module Type 1 VGA-CPU-UC 10 5 pcs max. 60 days

5 pcs max. 5

months, but not before

then 2015Technical specification for the CPU module

- It must have at least one VGA input (min. 1920 x 1200 @ 60 Hz)- It must have at least one USB and two PS/2 ports- It must use a CAT cable for connection to the matrix- It must be 19'' rack-mountable

46

Page 47: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3 CPU module Type 2 DVI-CPU 10 5 pcs max. 60 days

5 pcs max. 5

months, but not before

then 2015Technical specification for the CPU module

- It must have at least one DVI input (min. 1920 x 1200 @ 60 Hz)- It must have at least one USB and two PS/2 ports- It must use a CAT cable for connection to the matrix- It must be 19'' rack-mountable

4 CPU modul Type 3 U2-R-CPU 8 4 pcs max. 60 days

4 pcs max. 5

months, but not before

then 2015Technical specification for the CPU module

- It must have at least one USB 2.0 and one RS232 port- It must use a CAT cable for connection to the matrix- It must be 19'' rack-mountable

5 Console module Type 1 DVI-CON 14 7 pcs max. 60 days

7 pcs max. 5

months, but not before

then 2015Technical specification for the Console module

- It must have at least one DVI output (min. 1920 x 1200 @ 60 Hz)- It must have at least one USB and two PS/2 ports- It must use a CAT cable for connection to the matrix- It must have internal 230 V power supply- It must be 19'' rack-mountable

6 Console module Type 2 U2-R-CON 6 3 pcs max. 60 days

3 pcs max. 5

months, but not before

then 2015Technical specification for the Console module

- It must have at least one USB 2.0 and one RS232 port- It must use a CAT cable for connection to the matrix- It must be 19'' rack-mountable

7 KVM Extender DVIVision-MC2 6 6 pcs max. 60 days

Technical specification for the KVM Extender - It must have at least two DVI inputs and outputs (min. 1920 x 1200 @ 60 Hz)- It must have at least four USB and two PS/2 ports- It must use a CAT cable for connection- It must be 19'' rack-mountable- Redundand power supply- Connection from transmiter to reciver must go via max. 4 CAT x cables- Minimal distance transmiter to reciver must be 100 m

47

Page 48: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3.16 LOT P: INTERCOM

In LOT P must be offered:

2 pieces of Intercom systems (delivery time is specified in the table of technical requirements)

Technical requirements:

Digital intercom system must be net based system consisting of central matrix unit and a specified number of wired and wireless intercom stations. Must be designed to connect multiple full duplex channels be-tween remote intercom stations for different users. The system must give us easy reliable and high audio quality connection with other existent communication systems such us intercoms systems, telephone, party line, cameras intercom and IFB systems.

No. Description Sample model or equivalent Pcs Delivery

1 Central matrix Artist 64 2 1 pcs max. 60 days

1 pcs max. 5 months, but not before then 2015

Technical requirements for the central matrix:- The system design should be modular- System capacity must be at least 64x64- It must expandeble to the full matrix system 128x128- The system must have redundant power supplyes- The matrix frame must be max. 3 RU in height- It must be 19'' rack-mountable- It must have a controller card and redundand controller card with option to interconnect

more than one matrix via SM fiber connection- The matrix must have input for external reference signal (AES)- The system must contain the software required for configuration and control- It must be possible to control it by control panels of required common control system of a OB

Van and existing OB Vans (without any required changes)- Intelligent and seamless integration with the Intercom System of the existing OB Vans must

be guaranteed over fiber without using trunk lines

Input and outputs:- It must have at least 24 analog transformer balanced mono audio inputs and outputs via

Sub-D connections- It must have at least 8 digital mono inputs and outputs via standard BNC connector for

connection to the remote panels- It must have at least 8 digital mono inputs and outputs via RJ-45 connector for connection

to the remote pannels- It must have at least 8 digital (AES) mono inputs and outputs via RJ-45 connector for con-

nection to the audio equipment- It must have at least 4 independent MADI inputs and outputs via MM fiber for connection to

the audio console and video router

48

Page 49: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

2 Wired remote stations RCP-2116P4 20 10 pcs max. 60 days

10 pcs max. 5 months, but

not before then 2015

Technical requirements for the remote panel:

- It must be 19'' rack-mountable- It must have integrated power supply- It must have at least 12 buttons with dynamic labeling in multiple colors- User must be able to control the volume for each channel directly- It must have min. 2 analog inputs and outputs- It must provide a button expansion port- The remote station must have a headset connection port on the front (XLR4)

3 Wired remote stations expan-sion ECP-2016 8 4 pcs max.

60 days

4 pcs max. 5 months, but not before then 2015

Technical requirements for the remote panel:

- It must be 19'' rack-mountable- It must have integrated power supply- It must have at least 16 buttons with dynamic labeling in multiple colors- It must provide a button expansion port

4 Wired modular remote sta-tion DIF 1000 2 1 pcs max.

60 days

1 pcs max. 5 months, but not before then 2015

Technical requirements for the remote panel:

- It must be 19'' rack-mountable- It must have integrated power supply- It must have min. 2 analog inputs and outputs- It must provide a button expansion port- It must have at least 16 buttons with dynamic labeling on extension modules- It must fit into the user panel space of the audio console from Lot U

5 Wired commentary control panel CCP-1116 2 1 pcs max.

60 days

1 pcs max. 5 months, but not before then 2015

Technical requirements for the commentary control panel:- It must have integrated power supply- It must be able to connect to the intercom matrix over the coax or CAT cable- It must be able for stand alone operation without the connection to the intercom matrix- It must have min. 2 transformer balanced microphone inputs with optional 48V phantom

power- It must have at least 2 set commentary headsets- Two commentary headsets must be included- It must have min. 4 analog mono line inputs- It must have min. 5 analog mono line outputs- It must have at least 16 buttons with dynamic labeling for intercom operation- A robust flight case must be included

49

Page 50: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

6 Microphone combination for stations under no. 2, 4 and 11 with one ear handset and a XLR4 connection 12 6 pcs max.

60 days

6 pcs max. 5 months, but not before then 2015

7 Microphone combination for stations under no. 2, 4 and 11 with two ear handset and a XLR4 connection 6 3 pcs max.

60 days

3 pcs max. 5 months, but not before then 2015

8 Microphone for the wired stations length max. 10 cm 16 8 pcs max. 60 days

8 pcs max.5 months, but

not before then 2015

9 Microphone for the wired stations length between 10 and 35 cm with noise reduction 8 4 pcs max.

60 days

4 pcs max. 5 months, but not before then 2015

10 Wireless digital base ststions Acrobat CC8 2 1 pcs max. 60 days

1 pcs max. 5 months, but not before then 2015

Technical requirements for the wireless stations:

- It must be 19'' rack-mountable- It must be max. 2 RU in height- It must have integrated power supply- It must have at least 4 balanced analog inputs and outputs- The system must allow connection of two external antennas for communication at two sites

simultaneously, the antenas must be included- External antenas connected to the system via CAT cable- The system must be able to work with at least 12 beltpacks

11 Wireless beltpacks WB-2 12 6 pcs max. 60 days

6 pcs max. 5 months, but not before then 2015

Technical requirements for the wireless beltpacks:

- The beltpack must have 2 sepatate channels- The antena must be internal- The system must include a charger for charging the batteries of wireless stations- The remote station must have a headset connection port (XLR4)- The battery must be able to power the beltpact for at least 5 hours of operation- One aditional battery must be included

12 RF base ststions RiFace TV 2 1 pcs max. 60 days

1 pcs max. 5 months, but not before then 2015

Technical requirements for the RF base stations:- It must be 19'' rack-mountable- It must be max. 2 RU in height

50

Page 51: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

- It must have integrated power supply- It must have at least 2 transformer balanced analog inputs and outputs- The system must allow connection of external antennas, the antenas must be included- The system must be able to work with at least 15 RF Stations- It must allow simplex, semiduplex and duplex operation- It must be compatible with Motorola DP1400 and DP3400 portable RF devices

13 RF remote ststions DP3400 12 6 pcs max. 60 days

6 pcs max. 5 months, but not before then 2015

Technical requirements for the wireless beltpacks:- It must be compatible with a RF base statin under 12- The system must include a charger for charging the batteries of wireless stations- The remote station must have a headset connection port- The headset with earplug must be included- It must vwork in analog and digital mode- One aditional battery must be included

3.3.17 LOT R: AUDIO/VIDEO NETWORK

In LOT R must be offered:

2 pieces of Audio/video network type 1 and 6 pieces of Audio/video network type 2 (delivery time is specified in the table of technical requirements)(delivery time max. 60 days after the signing a contract or an Annex)

Technical requirements:

Digital audio video network system must be a fiber-based real-time media network for the transport of un-compressed video, audio, ethernet and intercom data. It shall be possible to equip the interface with vari -ous client cards with fiber, ethernet, data, audio and video connectors, which shall be replaceable while the system is running (hot-swappable).

No. Description Sample model or equivalent Pcs Delivery

1 Access point Type 1 MediorNet Modular 2 1 pcs max. 60 days

1 pcs max. 5 months, but not be-fore then

2015

Technical requirements for the access point Type 1:

- The system design should be modular- The system must have redundant power supplyes- All the signals must be accasseble in the entire system- The matrix frame must be max. 3 RU in height

51

Page 52: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

- It must be 19'' rack-mountable- It must be compatible with access point Type 2- It must have at least two ports to direct connect the access points Type 2- Link fiber connections must be equiped with LC Single mode connectors- It must be able to transmit at least 8 3G SDI signals in both directions at the same time over

two duplex optical fibers- The system must contain the software required for configuration and control- It must be possible to control it by control panels of required common control system of a OB

Van and existing OB Vans (without any required changes)

Video- It must have 8 3G/HD/SD digital video inputs with standard BNC connectors- It must have 8 3G/HD/SD digital video outputs with standard BNC connectors- It must have 4 switchable HD/SD digital video inputs outputs with standard BNC connec-

tors- It must have a internal format converter min. 4 signals at the same time- It must have a build in min. 2 multiviewers with at least 4 inputs, Dynamic UMD and Tally- It must have a external reference input, PAL black/burst- It must be able to route a input signal to more than one destination

Audio- The interface shall be equipped with two MADI connectors to directly link video router and

audio mixing console.- SFP modules for MADI interface must be included (multi mode fiber)- The system must have aditional 8 analog audio inputs and outputs- The system must have aditional 8 digital (AES) audio inputs and outputs- Embedding and de-embeding of HD/SD SDI signals must be possible

Network- The interface shall be equipped with 10/100/1000Base-T Gigabit Ethernet Port- It must have 10/100Base-T Ethernet Port for configuration PC’s- It must have at least 4 serial ports (RS422, RS232, RS485)

2 Access point Type 2 MediorNet Compact Pro 21 pcs

max. 60 days

1 pcs max. 5 months, but not be-

fore then 2015Technical requirements for the access point Type 2:

- All the signals must be accasseble in the entire system- The matrix frame must be max. 3 RU in height- It must be 19'' rack-mountable- Access point Type 2 must be compatible with access point Type 1- It must be equiped with at least two link connectors type Neutrik opticalCON QUADVideo- It must have 8 3G/HD/SD digital video inputs with standard BNC connectors- It must have 8 3G/HD/SD digital video outputs with standard BNC connectors- It must have a external reference input and at least 2 reference outputs, PAL black/burst- It must be able to route a input signal to more than one destination- It must have at least one display portAudio- The interface shall be equipped with two MADI connectors to directly link video router and

audio mixing console.- SFP modules for MADI interface must be included (one multi mode and one single mode)- The system must have aditional 4 analog audio inputs and outputs- The system must have aditional 4 digital (AES) audio inputs and outputs- Embedding and de-embeding of HD/SD SDI signals must be possible

52

Page 53: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Network- The interface shall be equipped with 10/100/1000Base-T Gigabit Ethernet Port- It must have 10/100Base-T Ethernet Port for configuration PC’s- It must have at least 2 serial ports (RS422, RS232, RS485)

3.3.17.1 OPTION R - Access point Type 2

Separately from the basic offer the Bidder also has to offer the value of the optional offer – OPTION R (Access point type 2), as follows:

Option R must comprises parts which are specified in the following table:

1 Access point Type 2 Sample model or equivalent MediorNet Compact Pro 4

Technical requirements for the access point Type 2:- All the signals must be accasseble in the entire system- The matrix frame must be max. 3 RU in height- It must be 19'' rack-mountable- Access point Type 2 must be compatible with access point Type 1- It must be equiped with at least two link connectors type Neutrik opticalCON QUAD

Video- It must have 8 3G/HD/SD digital video inputs with standard BNC connectors- It must have 8 3G/HD/SD digital video outputs with standard BNC connectors- It must have a external reference input and at least 2 reference outputs, PAL black/burst- It must be able to route a input signal to more than one destination- It must have at least one display port

Audio- The interface shall be equipped with two MADI connectors to directly link video router and

audio mixing console.- SFP modules for MADI interface must be included (one multi mode and one single mode)- The system must have aditional 4 analog audio inputs and outputs- The system must have aditional 4 digital (AES) audio inputs and outputs- Embedding and de-embeding of HD/SD SDI signals must be possible

Network- The interface shall be equipped with 10/100/1000Base-T Gigabit Ethernet Port- It must have 10/100Base-T Ethernet Port for configuration PC’s- It must have at least 2 serial ports (RS422, RS232, RS485)

The value of optional offer R is not included in the anticipated value of public tender JN-B0643.In case the Contracting Authority decides for the purchase of this optional offer already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer R later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0643.

53

Page 54: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3.18 LOT S: AUDIO MIXING CONSOLE

In LOT S must be offered:

2 pieces of audio mixing console for OB-Van (1 piece – delivery time max. 60 days after signing a con-tract, 1 piece - delivery time max. 5 months after signing a contract, but not before then 2015)

Audio digital mixing console for OB Van to be used for on-air and for broadcast production of different ar-ranges of programs.The offer must be for two exactly the same audio mixing consoles.

• Technical requirements for digital audio mixing console

The console must be based on modular technology and assembled with audio processing system and control system installed in to the technical rack with input/output interface modules :• Microphone/Line Input modules• Analogue Line Input modules• Analogue Output modules• Digital Input modules with SRC• Digital Output modules• MADI interface(single and multimode fibre)• Fiber plug socket for optical Fiber Cable connection• Training course for operating and servicing (in period of 3 days) on Contracting Authority loca-

tion with accommodation, daily allowances and travelling expenses for a lecturer (for each pice separately)

• Commissioning (in period of 1 day) on Contracting Authority location with accommodation, daily allowances and travelling expenses included for a lecturer (for each pice separately)

• System requirements

• The offered system must be overall digital • Proven technology on the market• Stable and reliable system• Operational simplicity

Configuration requirements

Audio digital mixing console must have a minimum of 32 physical motorized Faders with mono or stereo and 5.1 functionality and possibility of adjustment audio parameters of individual channel and with inte-grated I/O routing matrix.The mixing consoles width is 149 cm maximum (instalationin an existing OB van).

Channel display

The TFT, LCD or bar graph Channel Display on the audio mixing console provides metering and display of separate functions of audio signal on input, output, and local parameter values (INPUT GAIN, PF, AF, DIR OUT, GROUP BUSS, AUX Busses, Sum Busses, Gate, Expander, Compressor, Limiter).On the INFO window which is part of Channel Display must provide graphical separate function of audio parameters on audio digital mix console (e.g. EQ).Metering should be switchable to Input, PreFader, AfterFader or Direct out.

• Characteristics for audio digital broadcast mixing system

54

Page 55: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Internal processor with minimum 40 bit – floating point. Simultaneously processing minimum of 144 chan-nels.All channels and busses must be fully equipped with all DSP modules listed below. These modules must be acting simoulatneously without restrictions.

Dynamic section:All modules must to be equipped with:• Compressor• Limiter with Look ahead delay• Expander• gate• balance control• Direct output with metering and level control• Insert send with output metering and level control• AUX output• Upmix and spatalize module for every incoming stereo signal with adjustable room parameters and auto center for stable front image. • Delay input signal up to 1800ms (adjustable in frames, ms, or meters)• Input module must to have minimum of two assignable » free controls »providing local channel control of EQ, Panning, Dynamics, AUX sends…Filters:• Input modules must to be equipped with minimum 2-band fully parametric EQ• LP filter• HP filter• Graphical frequency filter curves must to displayed on the channel display• Individual on/off switch for every filter band

MIX Busses:• Minimum of 32 MIX Busses are grouped to allow mixing into different formats (Mono, Stereo, LCRS, or 5.1,6.1 or 7.1) and fully equipped with all DSP modules listed under Input channels.

AUX Busses:• Minimum of 32AUX send Busses with combination of mono and stereo audio signal with control Pan (balance on stereo sources) and Pre/Post fader contribution.

• Technical requirements

• 24-Bit resolution for all Analogue inputs (ADC) and outputs (DAC)• System sampling frequency must be 48 kHz and 96 kHz• SRC on all AES/EBU inputs• Every plug-in card or module can be hot-swapped without the rest of the system to be compro-mised• System must to provide the ability to automate console settings referenced to time code• Audio digital mixing console must to contain I/O Routing Matrix with minimum of 1024x1024 cross points (mono) and must be installed redundant.• A DSP card can calculate up to 90 inputs• Penning with the joystick • Dolby-E encoder and decoder availability• Control via Ethernet TCP/IP• Plug-in Intergration for Mixing Consoles with automation for PlugIns and Storage of all paramters, routings and assignment from the server in the console snapshot

55

Page 56: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

• Space and bouldin (the bidder must provide the instrument) of RTW audio instrument metering 5.1,stereo and loudness• Integrated loudness metering referring to ITU-R BS1770, EBU R128 and ATSC/A85standard• Open frame upgradeable and expandable capacities with additional DSP modules and/or input/output units/modules• Script tray• Digital Input/output connectors must be symmetrical 110 ohm• It must be possible to control it by control panels of required common control system of a OB Van • Labels must be inherited bidirectional (video router,external control system...)

• Synchronization

Digital audio mixing console must sync directly to automatic detection synchronisation signal Blackburst, Worlclock, AES3 or via MADI from any MADI port of the system. The console provides an internat sync generator with auto switchover when external sync fails.

• Operation requirements

• Mix-minus control with conference system ( N-1)• Possibility of activity of system in two layers• Audio – follow – video via GPI and IP adjusting the parameter of audio signal ( envelope) adjust-ing Rise Time, On Time and Fall Time and Hold time (for surround microphone cluster• Remote start of equipment• T/B communication must to be available to all AUX, Main outputs, studio• Minimum of 16 GPI I/O• Every channel fader must to have fader meter for input level and status indicators• Pre listen function for all dynamics, eq and filters (not depending if module is acitve or not) in ev-ery channel and bus to prelisten adjustments with incoming signal off-air.

• Input and output system requirements:

Connection of equipment is not allowed on the mixing console.

ANALOG INPUTS: 16 MIC/LINE analogue inputsDIGITAL INPUTS: 52 AES/EBU input with SRC (pairs) 2 SDIANALOG LINE OUTPUTS: 24 Analogue audio line outputsDIGITAL OUTPUTS: 52 AES/EBU outputs (pairs) 2 SDIMADI INTERFACE :

4 with SR -44.1kHz/48kHz/96kHz (multimode fibre)2 with SR -44.1kHz/48kHz/96kHz (multimode fibre), not on the same board2 with SR -44.1kHz/48kHz/96kHz (coax)2 with SR -44.1kHz/48kHz/96kHz (singlemode fibre), not on the same board

GPI I/O INTERFACE with min. 8 GPI I/O

For need of activity of digital audio mixing console the bidder must add sufficient number of analogue or digital input/output interfaces cards or MADI (for monitoring, Talk Back, headphones, synchronization…..) and dependence on project.

• Redundancies power supply and additional DSP boards

• Redundant Power Supply for Core• Redundant Power Supply for I/O Frames

56

Page 57: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

• Redundant Power supply for the console• Redundant DSP Card. Redundant DSP must take over automatically in case of an error,whithout any sideeffects to the rest of the system (loss of I/O, etc.)• Redundant router and controller card with auto-takeover• System uses different storage devices for user data and system application with non-movable stor-age devices (e.g. Flash cards, SSD, etc.)• Connection with video matrix is MADI coax• Monitoring:

Audio digital mixing console must have the following digital outputs for monitoring:• Monitor outputs for listening 5.1 system or stereo main outputs• 1 PFL stereo on PFL button in channel strip• 1 AFL stereo and 1 AFL surround on AFL button in channel strip

• Project management:

The system must be able to store and recall console configuration, snapshots on the internal memory unit. Storing of all settings and parameters of audio digital mixing console to USB memory ,NET or other memory units. Snapshots and Projects must be transferable to any other console of this type not related to the actual hardware configuration.

Stage box:ANALOG INPUTS: 24 MIC/LINE analogue inputsDIGITAL INPUTS: 8 AES/EBU input with SRC (pairs) ANALOG LINE OUTPUTS: 12 Analogue audio line outputsDIGITAL OUTPUTS: 8 AES/EBU outputs (pairs)MADI INTERFACE : 1 x redundant with SR -44.1kHz/48kHz/96kHz (singlemode fibre) not on the

same boardPOWER: 1 x redundant power supply

The frame works fan-less, offer a passive backplane and is very compact.The stage box must have two master boards for redundancy in case of failure.All system components are exchangeable during runtime and failures are indicated on the mixing console.The interface system must be connected by singlemode optical fiber

1 piece 150 m fibre cable with Quadcon connectors on both sides for interconecting mixing console with stagebox.1 pice of fligt case with wheels for stage box with 4RU space for aditional equipment.

Additional requirements

The offer must to include all the cables connecting betwen console surface and the rack with the input and output units, and communication cables between different input/output units and the processing unit.

57

Page 58: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3.19 LOT T: AUDIO EQUIPMENT FOR OB VAN

In LOT T must be offered (delivery time is specified in the table of technical requirements):• A1: Dual channel ISDN and IP audio codec• A2: Single channel broadcast mobile phone• A3: Network CD/MP3 player• A4: Reverb/effect processor• A5: Audio monitoring system• A6: Precision audio monitoring unit

Technical requirements:

A1: Dual channel ISDN and IP codec

No. Description Sample model or equivalent Pcs

1 Dual Channel ISDN and IP codec AEQ Phoenix studio 2

1 pcs max. 60

days

1 pcs max. 5 months, but not before

then 2015

Technical specification for dual channel ISDN and IP codec

• Rack mount with 1RU hight

Communication Interfaces• IP standard interface with 2xRJ45 ethernet ports and independent IP

connections for audio over IP and remote control. N/ACIP EBU Tech 3326 specification compliant

• X.21/RS422 interface with binary rates of 64/128/256 kbps• ISDN interface supports use of Euro ISDN, with up to two B channels supported

per module• Multicast IP with TX and RX,SAP server compliant• SIP which complies with EBU-Tech 3326 spec. Allows private groups

Analogue inputs and outputs

Main inputs:• Electronically balanced, with XLR-3 female.• Distorsion <0.2 %• Max level: + 22 dBu.• A/D Converters at 24 bits.

Main Outputs:• Electronically balanced, with XLR-3 male.• Max Level: + 22 dBu.• A/D Converters at 24 bits

Headphone Output:• Jack Stereo with volume control.• Maximum power: 150 mW.• Headphone impedance 8 to 600 Ohms.

Digital audio Interfaces:• AES/EBU with SRC for independent inputs• Sampling frequency supported from 16KHz to 48KHz.• Sampling Rate Converter (SRC): range 1:3 and 3:1• Synchronization with sync I/O on DB15

58

Page 59: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

• SRC Dynamic Range: 128 Db• SRC THD + noise at 1KHz: -117 dB.• Dual AES/EBU independent monaural interface (with different sampling rate) configurable

to one dual input.• DB-9 connectors.

Other Interfaces:• External PC DB-9 connector, RS-422 full-duplex multi-access 38.400.• GPI I/O with output signals open collector and active at low level and input signals opto-

coupled and active at high level

Encoding, synchronism and bandwidth modes

• G.711 A-Law mono• G.711 µ-Law mono• G.722 Mode: Mono Bit rate: 64Kbps• AEQ LD+ Mode: Mono / Stereo bit rate:64Kbps / 128Kbps / 192Kbps / 256Kbps /

384Kbps,sampling rate: 16KHz / 32KHz / 48KHz• MPEG L2 :Mode: Mono / Stereo / Dual / JStereo ,Bit rate: 64Kbps / 128Kbps /192Kbps /

256Kbps / 384Kbps ,Sampling rate: 16KHz / 24KHz / 32KHz / 48KHz• PCM Mode: Mono / Stereo ,Sampling rate: 32Kbps / 48Kbps ,Bits per sample: 12 (DAT) /

16 / 20 / 24• Hybrid mode 1 :TX: MPEGL2_64_48 ,RX: G722• Hybrid mode 2 :TX: G722 ,RX: MPEGL2_64_48• AUTOSYNC: enables the auto-configuration of the encoding parameters according to the

information in the received signal (only for ISDN and v35)

Software:

• Remote control software for configuration and operation option compatible with Windows 7 OS

Power:• Auto-range; auto-switching from 90 to 250 VAC, 50/60Hz

A2: S ingle channel broadcast mobile phone

No. Description Sample model or equivalent Pcs

1 Single channel broadcast mobile phone Glensound GS-MPI007 HD 2

1 pcs max. 60

days

1 pcs max. 5 months, but not before

then 2015Technical specification for s ingle channel broadcast mobile phone:

• 1RU 19 inch subrack with display• Operates in 7kHz 3G (UMTS) mode and standard GSM 2G mode• QUAD BAND GSM interface• SIM card holder accessible via the front panel• front panel with the dialling keypad• Fully featured display, with 3G indication and signal strength meter• Incoming and outgoing LED meter• Use any networks SIM card• Extended antenna positioning option• Rear panel balanced line input on XLR at a line-level of 0dBu.• Rear panel balanced line output with a maximum level of +13dBu• Level controls for the input and output levels, +/- 10dB• Volume control for setting the level for the 6.35mm jack socket for headphones of 200 -

2000 ohms impedance

59

Page 60: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

• Sounder indicates incoming call (can be switched off)• Large LED flashes to indicate incoming call• Simple 9 memory phonebook with quick access to stored numbers

2

Software for the system under No.1

GS-MPI005HD/REMS 21 pcs

max. 60 days

1 pcs max. 5 months, but not before

then 2015• Software with license for controlling the system over a standard Windows PC.• Make and receive phone calls via software• Set configuration via selectable tick boxes• 600 entry phone book• 100 entry call history• Direct USB link from phone to computer

3 Antenna Upgrade Kit N Type Aerial Upgrade 21 pcs

max. 60 days

1 pcs max. 5 months, but not before

then 2015Technical specification for Antenna Upgrade Kit :

• male and female N type connector for the cable• N Type mast mounting antenna• appropriate cable GS-MPIHD/NA1 (up to 25m)

A3: Broadcast network CD/MP3 player

No. Description Sample model or equivalent Pcs

1 Broadcast network CD/MP3 player DENON DN-C640 2

1 pcs max. 60

days

1 pcs max. 5 months, but not before

then 2015Technical specification for broadcast CD/MP3 player:

• The housing must provide possibility of rack mounting• Maximum hight of the housing is 1 RU• CD player must have minimum 1 balanced analog output• CD player must have minimum 1 balanced digital output AES/EBU 3.5V pp, 110 ohm• Reads CD-R/RW, DVD-R/RW, and DVD+R/RW discs• Supports CD-DA (.cda), WAVE (.wav), MPEG-1/2 Layer III (.mp3), MPEG-1 Layer II (.mpg),

Windows Media Audio (.wma)• Slot in CD/DVD drive• Pitch control• Must provide remote start option (Fader start)• Must be able to connect to the computer network over the RJ45 connection• IR remote controller

60

Page 61: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

A4: R everb/effect processor

No. Description Sample model or equivalent Pcs

1 Broadcast audio reverb/effect processor Lexicon PCM96 Surround 3

1 pcs max. 60

days

2 pcs max. 5 months, but not before

then 2015

Technical specification for audio r everb/effect processor:

• The housing must provide possibility of rack mounting• Maximum hight of the housing 1 RU• 6-channel digital I/O on XLR connectors• Parallel Stereo and Sorround configurations• automation and control via Ethernet• 32-bit floating point processing• Sample rates 44.1kHz/48kHz/88.2kHz/96kHz with accuracy within ±50ppm• Synchronization over external TTL Word Clock Input 75 Ohm BNC, externally terminated

to allow cascade• MIDI in, out and thru• Possibility of creating user presets• Option for user presets to be stored locally and on an external device• The processor can be divided in up to four virtual machines, each of which can run its own

algorithm.

Supported algorithms:

• Chamber for Surround, Stereo and Mono• Random Delay for Surround, Stereo and Mono• Random Hall for Surround, Stereo and Mono• Plate for Surround, Stereo and Mono• Dual Delay for Surround, Stereo and Mono• Resonant Chords for Surround, Stereo and Mono• Chorus/Flange for Surround, Stereo and Mono• Concert Hall for Surround, Stereo and Mono• Room for Surround, Stereo and Mono• Hall for Surround, Stereo and Mono• Pitch Shift• Signal Generator

Machine configuration 44,1k to 96k sample rate:

• Single Stereo (Mono In)• Single Stereo• Dual Stereo (Mono In)• Dual Stereo• Cascade Stereo• Dual Mono• Quad Mono• Cascade Mono• Dual Mono + Single Stereo• Cascade Mono to Stereo• Single Two In Four Out• Single Four In Four Out• Single Two In Five Out• Single Five In Five Out• Single Six In Six Out

61

Page 62: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

A5: Audio monitoring system

No. Description Sample model or equivalent

Pcs

1 Digital audio speaker system for audio production room Genelec 8130A 10

5 pcs max. 60

days

5 pcs max. 5 months, but not before

then 2015

Technical specification for speakers :

• Two way active monitor• AES/EBU digital and analog audio inputs on XLR connectors• Input sampling rate is 29-200 kHz• Dynamic range is >113 dB• 192/24 bit digital audio interface• Automatic detection of word length and sampling frequency• Single wire and dual wire digital input mode• Lower cut-of frequency,-3 dB:<55Hz• Upper cut-of frequency,-3 dB:>21 kHz• Free field frequency response of system is 58Hz-20kHz(+2 dB)• Monitoring system must be magnetically shielded• Remote calibration of the system depending on the environment• Maximum short term sine wave acoustic output (at 1m): >113 dB SPL• Harmonic distortion at 85 dB SPL (at 1m): Freq: 50...100 Hz < 2%; > 100 Hz < 0.5%• Output power of bass ampl. with 8 Ohm: 40 W• Treble amplifier output power with 8 Ohm: 40 W• Maximum harmonic distortion (THD) of amplifier system: <0,05%• Thermal protection for amplifiers must be included• Overload protection for amplifiers must be included• Treble tilt control operating range :0 to -2dB at 15kHz.• Bass tilt control operating range in -2 dB steps:0 to -6 dB at 100Hz

2 Audio speaker system for audio production room Genelec SE7261A 2

1 pcs max. 60

days

1 pcs max. 5 months, but not before

then 2015Technical specification for speakers :

• 4 x AES/EBU digital audio inputs and outputs on XLR connectors(8 channels AES/EBU)

• Lower cut-of frequency,-3 dB:<55Hz• Upper cut-of frequency,-3 dB:>21 kHz• Free field frequency response of system is 19-100Hz(+3 dB)• Monitoring system must be magnetically shielded• Remote calibration of the system depending on the environment• Maximum short term sine wave acoustic output (at 1m): >108 dB SPL• Harmonic distortion at 90 dB SPL (at 1m): Freq: 30...85 Hz < 3%• Digital audio word length is 16-24 bits• Digital audio sample rate is 32-192 kHz• Output power of bass ampl. Is 120 W• Thermal protection for amplifiers must be included• Overload protection for amplifiers must be included

3 Audio speaker system for Fostex 6301D 4 2 pcs 2 pcs

62

Page 63: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

audio production room (PFL)max. 60

days

max. 5 months, but not before

then 2015Technical specification for speakers :

• AES/EBU digital input• 10watts built-in amplifier• Speaker Impedance is 4 ohms• Output sound pressure level: 84 dB/W (1m)• Frequency response: 80 Hz to 13 kHz• Rated output power: 10 W or more (4 ohms,1 kHz)• Residual noise: -60 dBV or less (DIN AUDIO)• Distortion: 0.5 % or less (10 W/4ohms, 1 kHz)• Sampling frequency: 44.1 kHz to 96 kHz• Digital thru Connector: XLR-3-32 type (balanced)• Analog input Connector: 1/4 phone jack (unbalanced)• Power amplifier Nominal input level: -10dBV• Power amplifier Input impedance: 10 kohms or more

4 Analog audio speaker system Genelec 8020C 84 pcs max. 60

days

4 pcs max. 5 months, but not before

then 2015

Technical specification for speakers :

• Two way active monitor• Automatically switching the monitor to standby, when no audio signal has been detected• Analog audio input on XLR connector• Lower cut-of frequency,-3 dB:<65Hz• Upper cut-of frequency,-3 dB:>21 kHz• Free field frequency response of system is 66Hz-20kHz(+2.5 dB)• Monitoring system must be magnetically shielded• Maximum short term sine wave acoustic output (at 1m): >96 dB SPL• Harmonic distortion at 85 dB SPL (at 1m): Freq: 50...100 Hz < 3%; > 100 Hz < 0.5%• Output power of bass ampl. with 8 Ohm load: 20 W• Treble amplifier output power with 8 Ohm load: 20 W• Signal to noise ratio(full output) >95 dB• Thermal protection for amplifiers must be included• Overload protection for amplifiers must be included• Treble tilt control operating range :0 to -2dB at 15kHz.• Bass tilt control operating range in -2 dB steps:0 to -6 dB at 100Hz

5 Wallmount for speakers under No.1 and No. 4 GENELEC 8000-402B 18 16 pcs

max. 60 days

• Stand must allow mounting on the wall with pan/tilt for the active two way monitor sys-tem under No. 1

6 Wallmount for speakers under No.3 Fostex 9610 U-Bracket 4 4 pcs

max. 60 days

• Stand must allow mounting on the wall for the active two way monitor system under No. 3

7 Calibration system for speakers under No.1 and 2 Genelec 8200-501 2 1 pcs

max. 60

1 pcs max. 5 months,

63

Page 64: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

daysbut not before

then 2015• Software provides versatile configuration,control and aligment functions for the system

from No.1 and No.2• Windows operating system support• 8 loudspeakers support• 8 AES/EBU channels support• Network interface device• Calibration microphone• Measurement signal cable• Software included

A6: Precision audio monitoring unit

No.

Description Sample model or equivalent

Pcs

1Precision audio monitoring

unit for measurement of master output video and audio

signalTSL PAM2 MK2 2

1 pcs max. 60

days

1 pcs max. 5 months,

but not before then

2015

Technical specification for monitoring unit :

• SDI Connection for attaching external screen• De-embedded audio monitoring from video (HD/SDI) with simultaneous display of up to

sixteen channels (four groups)• Dual auto-sensing,1080p (60, 59.94 and 50Hz), HD/SDI video inputs with reclocked and

downconverted outputs• Multi-standard Loudness level indication with histogram• Dolby E/AC-3/DD+ decoding from HD/SDI or AES• Dual high resolution OLED screens for bargraphs, video, setup, data and metadata dis-

plays• Choice of user selectable bargraph scales (VU, Extended VU, BBC PPM, EBU PPM,

EBU Digital, Nordic, DIN)• Conditional switching modes for SD/HD/Dolby/PCM auto configuration recall• Assign matrix for non-standard order multichannel audio routing• Audio monitoring delay for video monitoring synchronisation.• Control of external stereo or surround sound loudspeaker systems• Ethernet for networking & software upgrades.• Dual 12V DC inputs• Audio Inputs are 16 channels from embedded HD/SDI;8 x pairs of AES/EBU inputs –

balanced or unbalanced;TOSLINK optical input;6 x balanced stereo analogue inputs• Audio Outputs are 8 x balanced fixed or variable analogue outputs;Stereo variable ana-

logue outputs;8 x pairs of AES/EBU fixed or variable outputs – balanced or unbalanced• Single stream Dolby E decoding (up to 7.1)• Single stream Dolby Digital decoding (up to 5.1)• Single stream Dolby Digital Plus Main audio decoding (up to 7.1) with Audio Description

and stream mixing• Dolby Pro Logic II decoding• Enhanced Downmix modes (to include Dolby Pro Logic II encoding)• PCM bypass with latency matching and Metadata generation• Selectable error concealment (On Air, Test and Measurement modes)• Loudness measurement to ITU, EBU and Leq (A) standards/recommendations for each

decoded audio stream.• Dialogue intelligence Loudness measurement

64

Page 65: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

• Simultaneous Multichannel and Stereo outputs• Metadata and Metadata subset outputs• HE-AAC with Dolby Metadata (formally known as Dolby Pulse) decoding• MPEG2 decoding• Dolby Headphone processing

3.3.19.1 OPTION T- Audio processor

Separately from the basic offer the Bidder also has to offer the value of the optional offer – OPTION T (Audio processor), as follows:(delivery time max. 60 days after signing a contract or an Annex)

Option T must comprises parts which are specified in the following table:

No. Description Sample model or equivalent Pcs

1 Broadcast audio processor TC electronic Broadcast 6000 2

Technical specification for audio processor :

• Rack mount housing• SUB-D, 25 pole 8 channels AES/EBU in/out with 24bit• Word clock input with BNC 75 Ohm or Hi-Z 0.6 to 10 Vpp• Internal sample rate is 44.1 kHz,48.0 kHz,88.2 kHz or 96 kHz• Internal clock precision is +/- 30 ppm• Processing delay is 0.15 ms + 0.21 ms per engine @ 48 kHz, 0.07 ms + 0.1 ms per engine

@ 96 kHz• Control Interface remote is Custom MIDI In & Out• Jitter rejection at external sample rates is 30 to 34 kHz, 42.5 to 45.5 kHz, 46.5 to 48.5 kHz,

85 to 91 kHz and 93 to 97 kHz.• Ethernet connection with 10/100 Mbits/s Base-T

Internal processing tools:• Complete loudness overview including Loudness History, Momentary Loudness, True

Peak Level and universal descriptors that can show e.g. Program Loudness, Loudness Range

• Automatic Loudness Correction Processor delivering high-resolution, low-latency loudness control

• Downmix, loudness-process and true peak limiter for any mono, stereo or 5.1 source. Input formats are detected automatically

• High-resolution dynamics processor for multichannel signals• Compressor, Expander and Limiter for multichannel signals in one algorithm• Six mono channels of 4-band fully parametric EQ• Digital 8-Channel Mixer with intelligent limiter, digital summing ,accurate delays and bit pat-

tern transparency

2 Remote control for the system under No.1 TC electronic TC ICON 2

• Remote CPU that allows connection of an external physical remote control

CPU specifications:• Operating system is Windows Embedded Standard• System disc is Compact Flash Card• System Memory is 256MB SO DIMM 200-pin DDR SDRAM• Ethernet interface with RJ-45 connectors• COM interface with two RS-232 serial communication ports with SUB-D 9 pin connectors• Remote connector for connecting the remote control

65

Page 66: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Remote control specifications:• Six 90mm motorized faders with touch sensitivity• 6,5" TFT active matrix color LCD display with 640 x 480 pixels resolution and high lumi-

nance• Touch screen is resistive with 20 gram activation force• Connector for connecting to CPU• Remote must be ethernet based to control audio work with software on an external PC• Wall mount for the remote

The value of optional offer T is not included in the anticipated value of public tender JN-B0643.In case the Contracting Authority decides for the purchase of this optional offer already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer T later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0643.

3.3.20 OPTION LOT U: INTEGRATION OF EQUIPMENT INTO OB VAN

The subject of this Lot is the integration of equipment into two HD OB Vans. This Lot represents the option for the Contracting Authority. Therefore the Contracting Authority can not assure that the Contract with the most favourable Bidder will be concluded. The Contracting Authority shall decide about the purchase of this optional Lot after the review of the received bids, subject to available financial resources. The Bidder must ensure the prices for the period of one year after the date of public opening of the bids.

In Lot Integration of equipment into OB Van must be offered (all items for for two OB Vans):

1. In maximum 7 days after validation of the contract, the Contracting authority will call the bidder to make a quantity acceptance of equipment for OB Van. This quantity acceptance must be done at the presence of the bidder and the acceptance report must be signed by both parties. The equip-ment which is planed to be built in the OB Van, is specified in V/A schematics (separate docu-ments).

2. Beforee starting the integration of the equipment into OB Van, the bidder must confirm the docu-mentation, which is provided by the Contracting Authority (layouts of equipment in racks, V/A schematics, etc.)

3. Installation of all equipment in existing racks, desks racks, etc. according to the contracting au-thority documentation.

4. The bidder must make smaller (which cost all together less then 2.000 EUR) changes in already build in furniture (with Contracting Authority approval), if this is necessary at building in the equip-ment.

5. Cabling of equipment (the documentation of the cabling must be also included) according to the contracting authority documentation).

6. All cable runs should be full length, no splices. 7. All wire bundles shall be tied and supported by supporters. 8. All cables shall be labelled with plastic labels according to Contracting authority documentation.9. The Bidder must allow at least 3 visits of Contracting Authority members (3 persons) to check the

different stages of building in the equipment and cabling. If bidder location is more then 500 Km away regarding Contracting Authority location, then also accommodation, daily allowances and travelling expenses must be included for 3 two days visits (3 persons).

10. All the tasks must be finished in max. 120 days after confirmation of the Contracting Authority doc-umentation.

11. The Bidder must do all the measuring of all V/A cables, make a report of measuring results and the measurment protocol must be specified.

12. At last visit of Contracting Authority members, testing of the whole system must be done and con-firmed by signing of the technical report.

66

Page 67: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

13. Within 30 days after the technical acceptance the Contracting Authority will perform the final acceptance of realized works. At the final acceptance the Contracting Authority shall check, whether all the realized works are in accordance with the tender documentation requirements.

14. Together with the bid, a schedule of the delivery time (realization of integration steps) must be submitted, specifying the integration realization per week.

15. The warranty period for all works done at building in equipment and cabling must be at least 2 years.

67

Page 68: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3.3.21 OTHER BUSINESS

Start-up and final acceptance of separate lots (from A to T):

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

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

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

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

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

Start-up and final acceptance of option Lot U:

The final acceptance of Lot U will be performed on the premises of the Contracting Authority. It will be done by the representative of the Contracting Authority; the presence of the Bidder is not required. At the final acceptance and start-up the Contracting Authority will check, whether all the realized works are in accordance with the tender documentation requirements.

The Contracting Authority shall accede to the final acceptance of realized works of Lot U within 30 days after the technical acceptance at the latest.

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

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

Warranty and servicing:

The minimal required warranty period for . for the equipment of Lots B, C, F, G, I, K, N, O, P, R and T is 12 months;. for the equipment of Lots A, D, E, H, J, L, M, S and U is 24 months;. for the realized works of Lot U is 24 months;However, the Bidders may offer better conditions.

It is requested that during the warranty period, which lasts at least 12 or 24 months after the final acceptance is completed, all errors are removed free of charge.

68

Page 69: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Software upgrades must be provided free of charge.

The ensured spare parts for the offered equipment must be available for 5 years after the final acceptance of the equipment.

The Bidder must state contact person for technical support, location of technical support and response times in case of solving errors at the installed equipment.

Education:

After the delivery of the equipment and upon agreement with the Contracting Authority, the Bidder must provide operational and maintenance course/equipment start-up, in accordance with the requirements at the separate Lots.

69

Page 70: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

4 BID DOCUMENTATION

4.1 GENERAL CONDITIONS FOR MAKING BID DOCUMENTATION

4.1.1 Clarification to the tender documentationThe Bidder can demand clarifications to tender documentation in e-mail or written form only, using the attached form, at the latest 6 days prior to the term for acceptance of bids ( till 10.00 a.m. on 13 August, 2014); to the e-mail address: [email protected] or fax no. + 386 1 475 2186. Questions, not asked on the prescribed form, will not be answered.

Questions and answers shall be published on web side: www.rtvslo.si/razpisi, on sub-page JAVNA NAROČILA - PUBLIC PROCUREMENT under the mark Javno naročilo JN-B0643.

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

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

4.1.4 Contents of a bidThe Bidders can submit their bids for the equipment, required in the tender documentation:

for all the required equipment for equipment according to single or several Lots, wherein all the equipment or services, stated in the single Lot, has to be offered.

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

4.1.6 Form of a bidThe Bidder is not allowed to change or correct the text of the forms that represent the constituent part of the Tender documentation and had been prepared and already filled in by the Contracting Authority. Valid is the Tender documentation and forms (as well as eventual answers, changes and amendments of tender

70

Page 71: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

documentation), published on the Contracting Authority’s web-site. In case the Contracting Authority es-tablishes the Bidder has changed the text of the forms (or eventual answers, changes and amendments), defined by the Contracting Authority, such bid will be excluded from the further public procurement process.

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

4.1.7 Validity of the bidsBids must be valid till 3rd November, 2014, otherwise they will be rejected. In exceptional circumstances the Contracting Authority can demand from the Bidder to extend the validity of the bid for a certain period of time. The Contracting Authority's demand and the Bidder's replies must be in written form. The Bidder can refuse the Contracting Authority's demand. In case the Bidder complies with the demand, the Contracting Authority shall ask for the bid extension and eventually for the extension of the validity of the Warranty for the seriousness of the bid. All other conditions of the bid shall remain the same.

4.2 DOCUMENTS IN THE BIDS

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

4.2.1 Data on Bidder and Bid

4.2.2 Contents of the bid documentation

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

4.2.4 Form of an OFFER that has to contain:

Prices:

Prices must be expressed in EUR, on DDP Ljubljana basis, delivered to the location of the Contracting Authority in Ljubljana (in accord. with INCOTERMS 2010); without VAT. The allowed discounts must be shown separately.The prices must be fixed for the period of the Contract duration.

Obligatory payment conditions for lots from A to T:

The Contracting Authority will perform the payments under the following conditions: 80 % - within 30 days after the quantitative acceptance of delivered equipment has been carried

out by Contracting Authority and the relevant invoice has been received; 20 % - within 30 days after the final acceptance of the equipment has been successfully carried

out and the protocol has been signed by the Contracting Authority;

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

71

Page 72: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Obligatory payment conditions for lot U:

The Contracting Authority will perform the payments under the following conditions: 80 % - within 30 days after the technical acceptance of realized works has been successfully

carried out and the relevant invoice has been received; 20 % - within 30 days after the final acceptance of realized works has been successfully carried

out and the protocol has been signed by the Contracting Authority;

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

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

Delivery date for lots from A to T: The Contracting Authority requires the delivery of the equipment in accordance with the deadlines specified in item 3.3 of the Tender documentation.

Deadline for the realization of works for Lot U: within 120 days after the beginning of the Contract validity, at the latest.

4.2.5 Proforma Invoice

4.2.6 Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)” – for a legal entity

A Bidder with the registered office in the Republic of Slovenia must submit the signed statement. The Bidder may submit official documents as evidence of meeting the conditions specified in this statement. Such evidence must not be dated more than four months prior to the date set for the submission of bids.

Pursuant to the sixth paragraph of Article 41 and fifth paragraph of Article 42 of ZJN-2 the Bidder with the registered office in the Republic of Slovenia may, instead of providing evidence, authorize the Contracting Authority to obtain the official evidence from the criminal record by itself. In such case, the Bidder must at-tach to the bid also:- the authorisation for the Contracting Authority to obtain the evidence from the criminal record by itself, - fulfilled claim of Ministry of Justice - for the data from the criminal record for legal entities

A Bidder with the registered office outside the Republic of Slovenia must submit the signed state-ment. The Bidder must also submit official documents from its country as evidence of meeting the condi -tions specified in this statement. Such evidence must not be dated more than four months prior to the date set for the submission of bids.

If the country of the Bidder with the registered office outside the Republic of Slovenia does not issue such documents, the Contracting Authority may (pursuant to the sixth paragraph of Article 42 of ZJN-2) accept a sworn statement of witnesses or a sworn statement of the Bidder instead of official documents from its country. In such case, the Bidder must make the above statement before a judicial or administrative body, Notary Public or the competent body for professional or economic operators in the country of their regis-tered office.

72

Page 73: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

4.2.7 Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2)” – for a legal representative

If the Bidder has more than one legal representative , he must enclose “Bidder's Statement on crimi-nal offences from the first and the second paragraph of Article 42 of the Public Procurement Act (ZJN-2 )” for each of them.

A Bidder with the registered office in the Republic of Slovenia must submit the signed statement. The Bidder may submit official documents as evidence of meeting the conditions specified in this statement. Such evidence must not be dated more than four months prior to the date set for the submission of bids.

Pursuant to the sixth paragraph of Article 41 and fifth paragraph of Article 42 of ZJN-2 the Bidder with the registered office in the Republic of Slovenia may, instead of providing evidence, authorize the Contracting Authority to obtain the official evidence from the criminal record by itself. In such case, the Bidder must at-tach to the bid also:- the authorisation for the Contracting Authority to obtain the evidence from the criminal record by itself, - fulfilled claim of Ministry of Justice - for the data from the criminal record for natural persons

A Bidder with the registered office outside the Republic of Slovenia must submit the signed state-ment. The Bidder must also submit official documents from its country as evidence of meeting the conditions specified in this statement. Such evidence must not be dated more than four months prior to the date set for the submission of bids.

If the country of the Bidder with the registered office outside the Republic of Slovenia does not issue such documents, the Contracting Authority may (pursuant to the sixth paragraph of Article 42 of ZJN-2) accept a sworn statement of witnesses or a sworn statement of the Bidder instead of official documents from its country. In such case, the Bidder must make the above statement before a judicial or administrative body, Notary Public or the competent body for professional or economic operators in the country of their regis-tered office.

4.2.8 Form “Statement under the third and fourth paragraph of article 42 of the ZJN-2”

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

4.2.10 Bank Certificate of solvency

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

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

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

4.2.11 Warranty conditions of the Bidder

The Bidder must enclose his own statement with detailed information on Warranty maintenance of the equipment or services, according to the requirements in item 3.3.21 of Tender documentation.

73

Page 74: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

4.2.12 Declaration of the Bidder regarding the spare parts (except for lots L and U)

4.2.13 Declaration of the Bidder - all the offered equipment is factory-new (only for lots from A to T)

4.2.14 Declaration of the Bidder regarding the software upgrades (except for lots L and U)

4.2.15 Statement of the manufacturer or principal

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

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

This statement is not required for: installation material, Ethernet switches, passive equipment and other small equipment and for Lots L and U.

4.2.16 Sample of the Contract

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

4.2.17 Guarantee for the seriousness of the bid The guarantee for the seriousness of the bid (issued by Bank or Insurance Company), unconditional, irrevocable and payable at first call, valid till 03 November, 2014, as follows:

FOR LOT: IN THE AMOUNT OF €

A 2.000,00B 5.000,00C 1.500,00D 1.700,00E 500,00F 500,00G 1.000,00H 1.000,00I 1.300,00J 1.200,00K 1.700,00L 1.400,00M 5.500,00N 4.000,00O 1.000,00P 1.600,00R 1.700,00S 3.000,00T 1.100,00U 1.000,00

74

Page 75: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

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

- 6 months after the confirmed delivery date of the equipment (for Lots from A to T),- 3 months after the confirmed date of work realization (fol Lot U)

If the selected Bidder fails to submit the Performance Guarantee in the required deadline, the Contracting Authority has the right to cash-in the guarantee for the seriousness of the bid.

In case the selected Bidder despite the Contracting Authority’s written request does not respond, though he provided no objective reasons, the Contracting Authority with the Bidder does not sign a public award contract. Therefore the selected Bidder and his legal representative are responsible for the offence in accordance with Article 109 a of ZJN-2. The objective reasons are those the Bidder could not influence, could not expect to prevent, eliminate and avoid them.

4.2.19 Statement on the forwarding of data in the disclosure of the Bidder's ownership

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

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

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

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

4.2.20 Technical documentation

The Bidder must enclose all the remaining documentation, required in technical part of tender documentation JN-B0643 (chapter 3), but not particularly mentioned in items from 4.2.1 to 4.2.19.

Furthermore, the Bidder must enclose all relevant documentation, in written or in electronic form (in the Slovenian language and/or in the English language) for each bidden Lot of equipment, wherein it must be unambiguously evident that the bidden equipment fulfils all the technical requirements.

75

Page 76: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

5 CONTRACT AWARD CRITERIA

5.1 CONTRACT AWARD CRITERIA FOR LOTS: A, B, C, D, E, F, G, H, I, J, K, L, N, O, P, S, U

The only criterion for the evaluation of the bids, that will fulfil all the conditions and requirements from this tender documentation and will be technically entirely corresponding to all conditions and technical specifications, is PRICE.

The Contracting Authority will evaluate each Lot separately. The Bid with the lowest bidden total value will at the evaluation receive 100 points, the remaining Bids will receive less points, expressed as percentage, calculated acc. the following formula:

the estimated offer( 2 - ------------------------------------------ ) x 100 the lowest offer

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

5.2 CONTRACT AWARD CRITERIA FOR LOTS: M, R, T

The only criterion for the evaluation of the bids, that will fulfil all the conditions and requirements from this tender documentation and will be technically entirely corresponding to all conditions and technical specifications, is PRICE.

The Contracting Authority will evaluate each Lot separately. The Bid with the lowest bidden total value and required option will at the evaluation receive 100 points, the remaining Bids will receive less points, expressed as percentage, calculated acc. the following formula:

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

the sum of the lowest basic offer and optional offer

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

5.3 TWO BIDS WITH EQUAL BEST EVALUATION RESULT

5.3.1 LOTS FROM A TO T

In case two or more bids have at the end of the evaluation equal maximum number of points, the Contracting Authority shall choose the bid that offers shorter delivery date (for deliveries in 2014). Should the bid can not be chosen anyway, the next criterion is longer warranty period.

5.3.2 LOT U

In case two or more bids have at the end of the evaluation equal maximum number of points, the Contracting Authority shall choose the bid that offers shorter time for the realization of the works. Should the bid can not be chosen anyway, the next criterion is longer warranty period for realized works.

76

Page 77: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

6 REVIEW CLAIM

6.1 LEGAL BASE AND TERMS FOR SUBMISSION

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

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

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

The tax according to the article 71. of ZPVPJN must be paid by the Applicant in amount of EUR 3.500,00 to the adequate account at the Ministry in charge of finance. The account no. is: SI56 0110 0100 0358 802, reference:11 16110-7111290-XXXXXXLL (marks X represent the number of the public tender publication, marks L represent the year of public tender publication). The review claim may refer to the content of the publication, invitation to tender or tender documentation of the subject tender.

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

7 FORMS

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

77

Page 78: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

DATA ON BIDDER AND BIDFOR PUBLIC TENDER – JN-B0643

Purchase of audio/video equipment for OB vans

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

BID NO.:

COMPANY NAME / NAME OF THE BIDDER:

LEGAL STATUS OF THE BIDDER:

ADDRESS OF THE BIDDER:

NUMBER OF (BUSINESS) ACCOUNT -IBAN, SWIFT:

BANK’S ADDRESS:

CONTACT PERSON RESPONSIBLE FOR A BID:

E-MAIL OF CONTACT PERSON, PHONE AND FAX:

ID VAT NO. OF A BIDDER.:

COMPANY REGISTRATION NO. OF A BIDDER.:

PERSON RESPONSIBLE FOR SIGNING A CONTRACT:

FUNCTION OF PERSON RESPONSIBLE FOR SIGNING A CONTRACT:

Validity of the bid: ………………………………………………….. (at least till 3rd November, 2014)

Place and date: Stamp: Bidder's official

representative or authorized person

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

78

Page 79: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

DECLARATION OF BIDDER’S ACCEPTANCE OF PUBLIC PROCUREMENT CONDITIONSJN-B0643

The Bidder:

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

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

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

We herewith declare, that we accept all the conditions, required in the tender documentation for the submission of our bid on the published tender for the purchase of audio/video equipment for OB Vans, as follows:

(please encircle)

Lot A - Vision mixerLot B - Routers, multiviewers and DSK Lot C - V/A server with control unitLot D - Monitors OB VanLot E - Monitors studioLot F - Measuring instruments Lot G - Character generator Lot H - Non tape recorders/players Lot I - SYNC generators and automatic change over unit Lot J - Modular equipmentLot K - Common control systemLot L - Patch panels, V/A/data connectors, V/A/data cablesLot M - CamerasLot N - Lenses and pedestalsLot O - Utility equipmentLot P - IntercomLot R - Audio/video networkLot S - Audio mixing consoleLot T - Audio equipment for OB VanOptional Lot U - Integration equipment into OB Van

We declare, that all data, given in our bid documentation are truthful, and that all the enclosed document photocopies equal to the originals. For given data, their truthfulness and suitability of photocopies we assume full responsibility.

Place and date: Stamp: Bidder's official

representative or authorized person

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

79

Page 80: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT A: Vision mixer

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot A - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

80

Page 81: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT B: Router, multiviewer, DSK and Audio processor

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot B - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

81

Page 82: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT C: V/A server with control unit

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot C - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

82

Page 83: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT D: Monitors OB Van

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot D - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

83

Page 84: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT E: Monitors studio

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot E - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

84

Page 85: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT F: Measuring instruments

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot F - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

85

Page 86: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT G: Character generator

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot G - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

86

Page 87: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT H: Non tape recorder/player

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot H - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

87

Page 88: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT I: SYNC generators and automatic change over unit

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot I - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

88

Page 89: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT J: Modular equipment

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot J - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

89

Page 90: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT K: Common control system

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot K - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

90

Page 91: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT L: Patch panels, V/A/data connectors, V/A/data cables

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot L - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

91

Page 92: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFER – BASIC OFFERFOR PUBLIC TENDER JN-B0643

LOT M: Cameras

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot M - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

92

Page 93: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFER – OPTIONAL OFFERFOR PUBLIC TENDER JN-B0643

OPTION M: Wireless part of camera type 1

Item Description Value in EURwithout VAT

01 Value of the complete bidden OPTION M - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

The prices of Option M are fixed for the period of one year after the beginning of the basic Contract validity.

The value of this optional offer is not included in the anticipated value of public tender JN-B0643.In case the Contracting Authority decides for the purchase of this optional offer already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer M later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0643.

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

93

Page 94: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT N: Lenses and pedestals

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot N - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

94

Page 95: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT O: Utility equipment

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot O - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

95

Page 96: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT P: Intercom

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot P - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

96

Page 97: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFER – BASIC OFFERFOR PUBLIC TENDER JN-B0643

LOT R: Avdio/video network

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot R - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

97

Page 98: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFER – OPTIONAL OFFERFOR PUBLIC TENDER JN-B0643

OPTION R: Access point Type 2

Item Description Value in EURwithout VAT

01 Value of the complete bidden OPTION R - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

The prices of Option R are fixed for the period of one year after the beginning of the basic Contract validity.

The value of this optional offer is not included in the anticipated value of public tender JN-B0643.In case the Contracting Authority decides for the purchase of this optional offer already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer R later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0643.

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

98

Page 99: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

LOT S: Audio mixing console

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot S - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

99

Page 100: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFER – BASIC OFFERFOR PUBLIC TENDER JN-B0643

LOT T: Audio equipment for OB Van

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Lot T - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

Payment conditions:

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

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

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

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

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

100

Page 101: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFER – OPTIONAL OFFERFOR PUBLIC TENDER JN-B0643

OPTION T: Audio processor

Item Description Value in EURwithout VAT

01 Value of the complete bidden equipment of Option T - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

The prices of Option T are fixed for the period of one year after the beginning of the basic Contract validity.

The value of this optional offer is not included in the anticipated value of public tender JN-B0643.In case the Contracting Authority decides for the purchase of this optional offer already at the Decision on the award of a Contract, the same will be included in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer T later (in the period of one year from the beginning of the Contract validity, subject to available financial resources and actual needs), the contractual parties shall conclude an Annex to the Contract JN-B0643.

Payment conditions:

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

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

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

Delivery date: within ................. days after the beginning of the Contract validity or. an Annex, at the latest

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

101

Page 102: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

FORM OFFERFOR PUBLIC TENDER JN-B0643

OPTIONAL LOT U: Integration equipment into OB Vans

Item Description Value in EURwithout VAT

01 Value of the complete bidden services of Option Lot U - according to the requirements in chapter 3 of tender documentation

02 Allowed discounts

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

The subject of this Lot is the integration of equipment into two HD OB Vans. This Lot represents the option for the Contracting Authority. Therefore the Contracting Authority can not assure that the Contract with the most favourable Bidder will be concluded. The Contracting Authority shall decide about the purchase of this optional Lot after the review of the received bids, subject to available financial resources. The Bidder must ensure the prices for the period of one year after the date of public opening of the bids.

Payment conditions:

80 % - within 30 days after the technical acceptance of realized works has been successfully carried out and the relevant invoice has been received;

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

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

Deadline for the realization : within ................. days after the beginning of the Contract validity, at the latest

Warranty period: ………………………………………

Place and date: Stamp: Bidder's official

representative or authorized person

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

102

Page 103: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

PROFORMA INVOICE FOR PUBLIC TENDER JN-B0643

FOR LOT ………….

The Bidder must enclose the detailed breakdown of prices of the bid, i.e. very precisely specify the bid by individual items and state the appropriate prices for each item, for each bidden Lot separately (including optional offers, where required).

Place and date: Stamp: Bidder's official

representative or authorized person

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

103

Page 104: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Bidder: ………………………………………………………………

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

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

FOR A LEGAL ENTITY – PAGE 1

FOR PUBLIC TENDER JN-B0643

We hereby declare under criminal and material liability that our company has never been the subject of a conviction by final judgement for any of the criminal offences listed below that are stated in the first para-graph of Article 42 of the Public Procurement Act (ZJN-2; Official Gazette of the Republic of Slovenia, no. 12/2013-UPB5, 19/2014):

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

104

Page 105: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

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

FOR A LEGAL ENTITY – PAGE 2

FOR PUBLIC TENDER JN-B0643

As evidence that we have not been finally convicted of any indicated criminal offences,

(Circle as appropriate)

We attach the certificate of no convictions from the official record.

Our country does not issue such documents. Therefore the subject statement has been made and signed before: (name one of the following competent bodies: a judicial or administrative body, Notary Public or the competent body for professional or economic operators in the country): ...............................................................................................................................................

Place and date: Stamp: Bidder's official

representative or authorized person

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

Place and date: Stamp: Signature of the competent body

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

105

Page 106: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Bidder's LEGAL REPRESENTATIVE:

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

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

FOR A LEGAL REPRESENTATIVE – PAGE 1FOR PUBLIC TENDER JN-B0643

I, the undersigned, hereby declare under criminal and material liability that I have never been convicted by final judgement for any of the criminal offences listed below that are stated in the first paragraph of Article 42 of the Public Procurement Act (ZJN-2; Official Gazette of the Republic of Slovenia, no. 12/2013-UPB5, 19/2014):

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

106

Page 107: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

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

FOR A LEGAL REPRESENTATIVE – PAGE 2

FOR PUBLIC TENDER JN-B0643

As evidence that I have not been finally convicted of any indicated criminal offences,

(Circle as appropriate)

I attach the certificate of no convictions from the official record.

Our country does not issue such documents. Therefore the subject statement has been made and signed before: (name one of the following competent bodies: a judicial or administrative body, Notary Public or the competent body for professional or economic operators in the country): ....................................................................................................................................................

Place and date: Signature of Bidder’s legal representative

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

Place and date: Stamp: Signature of the competent body

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

107

Page 108: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Bidder: ………………………………………………………………

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

STATEMENT UNDER THE THIRD AND THE FOURTH PARAGRAPH OF ARTICLE 42 OF THE ZJN-2

FOR PUBLIC TENDER JN-B0643

Under criminal and material liability we hereby declare that:

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

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

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

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

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

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

Place and date: Stamp: Bidder's official

representative or authorized person

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

108

Page 109: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Bidder: ………………………………………………………………

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

BIDDER'S STATEMENTS GIVEN UNDER CRIMINAL AND MATERIAL LIABILITYFOR PUBLIC TENDER JN-B0643

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

We hereby declare under criminal and material liability that our firm is reliable, capable of manag-ing a business, has sufficient technical capabilities, experiences and reputation and has employ-ees, who are qualified to carry out the Contract.

We hereby declare under criminal and material liability that our company has not, during a period of the last five years, been issued any final legal or administrative decision prohibiting us from car-rying out the activity which is the subject of the public tender and have not been convicted of or in -volved in any criminal proceedings on the grounds of suspicion of committing a criminal offence related to bribery.

We hereby declare under criminal and material liability that we have paid taxes, contributions and other obligatory dues or business obligations in accordance with the regulations of the State where we have the headquarters. We have also paid all overdue business obligations that we have had in the Republic of Slovenia.

We hereby declare under criminal and material liability that we have settled all our liabilities to -wards the RTV Slovenija and we are not in a complaint procedures against the RTV Slovenija.

We hereby declare under criminal and material liability that there are no legal limitations, which should preclude us from signing the Contract.

We hereby agree that the Contracting Authority may, pursuant to the fourth paragraph of Article 42 of the ZJN-2, exclude our bid from further participation in the public tender procedure if:

it can prove, on any legal basis, that we committed a serious professional error or severely vio-lated professional rules;

we gave a misleading interpretation when providing information required under the provisions of Articles 41 to 49 of this Act, in this or any previous procedures, or failed to provide such informa-tion.

Place and date: Stamp: Bidder's official

representative or authorized person

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

109

Page 110: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Bidder: ………………………………………………………………

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

DECLARATION OF THE BIDDER REGARDING THE SPARE PARTSFOR PUBLIC TENDER JN-B0643

We hereby declare under criminal and material liability, that we are going to assure the necessary original spare parts at least 5 (five) years from the date of final acceptance of the equipment which we offered on the public tender JN-B0643, according to official valid price list of spare parts.

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

Place and date: Stamp: Bidder's official

representative or authorized person

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

110

Page 111: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Bidder: ………………………………………………………………

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

DECLARATION OF THE BIDDER – ALL THE OFFERED EQUIPMENT IS FACTORY NEWFOR PUBLIC TENDER JN-B0643

We hereby declare under criminal and material liability, that all the equipment, offered on the Public Tender JN-B0643, is factory-new.

Place and date: Stamp: Bidder's official

representative or authorized person

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

111

Page 112: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Bidder: ………………………………………………………………..

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

DECLARATION OF THE BIDDER REGARDING THE SOFTWARE UPGRADESFOR PUBLIC TENDER JN-B0643

We herewith declare, under criminal and material liability that within the warranty period for the bidden equipment, offered on the Public Tender JN-B0643, all the software upgrades, which annul eventual faults in software and all software upgrades which do not mean considerable expansion of the functionality, shall be free of charge for the Contracting Authority.

Place and date: Stamp: Bidder's official

representative or authorized person

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

112

Page 113: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

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

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

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

STATEMENT OF THE MANUFACTURER FOR PUBLIC TENDER JN-B0643

We, …………(the Manufacturer of the equipment ) confirm, that we are acquainted with the contents of Public Tender JN-B0643 (Purchase of A/V equipment for OB Vans), to which ….…… (the Bidder) is going to submit his bid, with the Pro forma Invoice no.: ………

WE DECLARE, that ………… (the Bidder) has full access to the spare parts and replacement equipment for the bidden equipment, according to the requirements from the tender documentation no.JN-B0643.

Place and date: Stamp: Manufacturer's official

representative or authorized person

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

113

Page 114: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

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

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

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

STATEMENT OF THE PRINCIPAL FOR PUBLIC TENDER JN-B0643

We, ………(the Principal of the equipment ) confirm, that we are acquainted with the contents of Public Tender JN-B0643 (Purchase of A/V equipment for OB Vans), to which ………………. (the Bidder) is going to submit his bid, with the Pro forma Invoice no.: ………

WE DECLARE, that ………… (the Bidder) has full access to the spare parts and replacement equipment for the bidden equipment, through our firm, according to the requirements from the tender documentation no. JN-B0643.

As evidence of the aforesaid we enclose the copy of the Contract between us and the Manufacturer of the equipment, wherein it is evident that we have full access to the spare parts and replacement equipment for the bidden equipment.

In case the Contracting Authority subsequently requests the original Contract, we shall present the same for verification.

Place and date: Stamp: Principal's official

representative or authorized person

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

114

Page 115: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

SAMPLE CONTRACT

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

POGODBA ŠTEV. / CONTRACT NO. JN-B0643

NAKUP AVDIO/VIDEO OPREME ZA REPORTAŽNI VOZILI(po sklopih)

PURCHASE OF A/V EQUIPMENT FOR OB VANS(according to the Lots)

Sklenjena med:Concluded between:

Radiotelevizija Slovenija, Javni zavodKolodvorska 21000 LjubljanaSlovenia

Identifikacijska štev. za DDV / ID VAT No.: SI29865174Matična štev. / Corporate registry No.:5056497

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

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

in / and

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

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

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

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

115

Page 116: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

1. člen

Pogodbeni stranki ugotavljata, da je naročnik izvedel postopek oddaje javnega naročila na osnovi 25. člena Zakona o javnem naročanju-ZJN-2 (Ur. list RS, št.: 12/2013-UPB5, 19/2014) za nakup avdio/video opreme za reportažni vozili (po sklopih).

Ponudnik je bil izbran kot najugodnejši ponudnik za sklop……., na osnovi javnega naročila, objavljenega na portalu javni naročil RS, štev. ….., z dne ………… in Uradnem listu EU št……. z dne…..

Article 1

The Parties agree that the Contracting Authority carried out the procedure related to the submission of Public Procurement based on Article 25. of the Public Procurement Act (ZJN-2; Official Gazette of the Re-public of Slovenia, no. 12/2013-UPB5, 19/2014): for the purchase of audio/video equipment for OB Vans (according to the Lots).

The Bidder has been selected as the most favourable Bidder for Lot ………, based on the Public Tender, published in the in the TED of Republic of Slovenia, on … under the no. … and in the Official Gazette of EU, No. …. on …

2. člen

S to pogodbo se pogodbeni stranki dogovorita o splošnih in posebnih pogojih izvedbe javnega naročila. Sestavni del te pogodbe so pogoji, določeni z razpisno dokumentacijo štev. JN-B0643, sprejeti in navedeni v ponudbeni dokumentaciji .............. z dne ……..

Article 2

The Parties agree on general and special conditions related to the realization of the Public Tender. All conditions determined by the Tender documentation no. JN-B0643, adopted and specified in the Bid documentation ….dated …… shall constitute an integral part of this Contract.

3. člen

3.1Končna vrednost nakupa avdio/video opreme za reportažni vozili (sklop ….) znaša:

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

(skladno z INCOTERMS 2010), brez DDV

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

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

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

3.2

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

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

116

Page 117: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Za sklope A - T

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

20 % - v 30 dneh od dneva uspešno opravljenega končnega prevzema opreme in predložitvi zapisnika, podpisanega s strani naročnika;

Za opcijski sklop U

80 % - v roku 30 dni po uspešno opravljenem tehničnem prevzemu izvedenih del in prejemu ustreznega računa;

20 % - v 30 dneh od dneva uspešno opravljenega končnega prevzema izvedenih del in predložitvi zapisnika, podpisanega s strani naročnika;

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

Skladno z Zakonom o opravljanju plačilnih storitev za proračunske uporabnike (ZOPSPU-A), bo moral naročnik, kot posredni proračunski uporabnik, od 01. 01. 2015 dalje prejemati račune v elektronski obliki (e-račun). Zato bodo morali ponudniki oz. izvajalci s sedežem v republiki Sloveniji od 01. 01. 2015 dalje naročniku pošiljati izključno e-račune. .

Article 3

3.1

The total value of the purchase of of audio/video equipment for OB Vans (Lot ….) amounts to:

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

Ljubljana (accord. to INCOTERMS 2010); without VAT

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

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

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

3.2

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

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

For Lots A - T

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

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

117

Page 118: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

For optional Lot U

80 % - within 30 days after the technical acceptance of realized works has been successfully carried out and the relevant invoice has been received;

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

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

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

4. člen

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

Article 4

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

5. člen

Ponudnik bo blago (sklopov A – T) dobavil oz. izvedel storitve (sklopa U) najkasneje v roku ………… dni od pričetka veljavnosti te pogodbe. Po tem roku naročnik lahko unovči garancijo za dobro izvedbo pogodbenih obveznosti.

Za sklope A – T: Naročnik bo najkasneje v petih delovnih dneh po prejemu blaga (opreme) opravil količinski prevzem. S količinskim prevzemom bo ugotovljena kompletnost dobavljene opreme.

Za sklop U: Ponudnik bo omogočil vsaj 3 obiske predstavnikov naročnika (vsakič za 3 osebe), da se preveri različne situacije vgradnje opreme in kabliranja /če je ponudnikova lokacija več kot 500 km odaljena od lokacije naročnika, potem krije ponudnik tudi stroške potovanja, nastanitve in dnevnic za vse 3 dvodnevne obiske za tri osebe/. Ponudnik bo izvedel meritev vseh V/A povezav, izdelal poročilo o merilnih rezultatih in navedel protokol meritev. Ob zadnjem obisku naročnika mora biti izvedeno testiranje celotnega sistema (tehnični prevzem) in podpisan zapisnik o tehničnem prevzemu s strani obeh pogodbenih strank.

Izobraževanje: Pri sklopih, kjer so zahtevani tečaji, bodo le-ti izvršeni po dobavi opreme. Točne datume izvedbe tečajev bosta pogodbeni stranki naknadno uskladili.

Article 5

The Bidder shall supply the goods (of Lots A – T) or realize the services (of Lot U) within ............... days after the Contract validity date. After this delivery deadline the Contracting Authority may cash-in a performance guarantee.

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

For Lot U: The Bidder is obliged to enable at least 3 visits of Contracting Authority members (each time for 3 persons) to check the different stages of building in the equipment and cabling. If bidder location is more then 500 km away regarding Contracting Authority location, then also accommodation, daily allowances and travelling expenses must be included for 3 two days visits (for 3 persons).

118

Page 119: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

The bidder will make meauserements of all V/A connections and report of measuring resaults and must specify the measuring protocol. At last visit of the Conracting authority specialists, the testing of the whole system (technical acceptance) must be done and the report about technical acceptance must be signed by both parties (the bidder and the Contracting authority).

Trainings: At the Lots, when the training is required, the same shall be completed after the delivery of the equipment. The exact dates of the trainings shall be subsequently agreed by the the contractual parties.

6. člen

Garancijski pogoji so navedeni v ponudbeni dokumentaciji, ki je sestavni del te pogodbe in so bili sprejeti s strani obeh pogodbenih partnerjev. Garancijski rok traja ……… in prične teči z dnem, ko naročnik podpiše zapisnik o uspešno opravljenem končnem prevzemu opreme oz. izvedbe del.

V času garancijskega roka ponudnik zagotavlja brezplačno garancijsko vzdrževanje opreme (sklopov A – T) z odpravo napak.

Garancijska doba za izvedena dela (opcijskega sklopa U) je ………. in prične teči z dnem, ko naročnik podpiše zapisnik o končnem prevzemu.

Ponudnik se obvezuje tudi, da bo naročniku v času garancije nudil brezplačno tehnično podporo preko računalniške izmenjave podatkov ali telefonske povezave v primeru, ko le-ta sam ne bo mogel odpraviti napake. Kontaktna oseba ali osebe ponudnika za tehnično podporo: ………………...................., telefon:................fax:..........e-mail:......................; lokacija tehnične podpore: .................. ............................................................................ Ponudnik je dolžan naročniku takoj sporočiti morebitne spremembe glede kontaktnih podatkov.

6.1

Ponudnik zagotavlja, da bodo vse nadgradnje programske opreme v času garancijskega roka brezplačne za naročnika, skladno z izjavo, ki je sestavni del te pogodbe (razen za sklopa L in U).

Article 6

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

Within the warranty period the Bidder assures free of charge warranty maintenance(of Lots A – T) with elimination of all errors.

The warranty period for all works (optional Lot U) is….. and shall start with the date the Contracting Au-thority has signed the Protocol of the final acceptance.

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

6.1.Within the warranty period the Bidder ensures free of charge delivery of all new versions of software upgrades, according to the Statement, that is an integral part of this Contract (except for Lots L and U).

119

Page 120: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

7. člen

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

Article 7

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

8. člen

Zagon in končni prevzem posameznih sklopov (od A do T):

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

kakovost dobavljene opreme funkcionalnost opreme stabilnost delovanja opreme odpravljanje morebitnih napak

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

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

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

Zagon in končni prevzem za opcijski sklop U:

Končni prevzem sklopa U se opravi na lokaciji naročnika. Končni prevzem izvede naročnik, prisotnost predstavnika ponudnika pa ni obvezna. Pri končnem prevzemu in zagonu bo naročnik ugotovil, če so vsa izvedena dela skladna z zahtevami razpisne dokumentacije.

Naročnik mora pristopiti h končnemu prevzemu izvedenih del sklopa U najkasneje v roku 30 dni po tehničnem prevzemu.

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

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

Article 8

Start-up and final acceptance of separate lots (from A to T):

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

120

Page 121: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

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

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

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

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

Start-up and final acceptance of option Lot U:

The final acceptance of Lot U will be performed on the premises of the Contracting Authority. It will be done by the representative of the Contracting Authority; the presence of the Bidder is not required. At the final acceptance and start-up the Contracting Authority will check, whether all the realized works are in accordance with the tender documentation requirements.

The Contracting Authority shall accede to the final acceptance of realized works of Lot U within 30 days after the technical acceptance at the latest.

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

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

9. člen

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

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

Article 9

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

The Bidder is responsible for the hidden errors on the delivered goods. Hidden errors are those, the Contracting Authority was unable to determine with the commonly performed examination of the delivered

121

Page 122: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

goods. The Contracting Authority shall inform the Bidder about the hidden error within eight days, counting from the date the hidden error had been noticed.

10. člen

Če dobava ni realizirana oz. storitve niso opravljene v predvidenem roku po ponudnikovi krivdi, razen v primeru višje sile, je ponudnik dolžan plačati naročniku kazen v višini 1 odstotka vrednosti celotne dobave oz. storitve za vsak zaključen teden, vendar ne več kot 5 odstotkov celotne pogodbene vrednosti.

Kazen začne teči naslednji delovni dan po določenem času dobave oz. izvedbe storitve. Če dobava oz. izvedba storitve zaostaja po ponudnikovi krivdi za več kot 4 tedne, ima naročnik pravico, razen če uveljavlja kazenski zahtevek, da določi nov dobavni rok oz. rok izvedbe ali prekine pogodbo.

Article 10

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

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

11. člen

11.1

Ponudnik je skladno z določili razpisne dokumentacije štev. JN-B0643 ponudil ločeno od osnovne ponudbe za sklop M tudi vrednost brezžičnega dela za kamero tip 1 (opcija M). Cena ponujene opcije je fiksna še eno leto po začetku veljavnosti pogodbe JN-B0643.

V primeru, da se bo naročnik odločil za nakup opcije M že ob odločitvi o oddaji javnega naročila, jo bosta pogodbeni stranki vključili v osnovno pogodbo. Če pa se bo naročnik odločil za nakup opcije M kasneje (v roku enega leta po veljavnosti osnovne pogodbe), bosta pogodbeni stranki sklenili Dodatek k pogodbi JN-B0643, za katerega bo osnova opcijska ponudba M, ki bo priloga k tej pogodbi. Dodatek mora biti podpisan in žigosan s strani obeh pooblaščenih pogodbenih predstavnikov.

11.2

Ponudnik je skladno z določili razpisne dokumentacije štev. JN-B0643 ponudil ločeno od osnovne ponudbe za sklop R tudi vrednost dostopne točke tip 2 (opcija R). Cena ponujene opcije je fiksna še eno leto po začetku veljavnosti pogodbe JN-B0643.

V primeru, da se bo naročnik odločil za nakup opcije R že ob odločitvi o oddaji javnega naročila, jo bosta pogodbeni stranki vključili v osnovno pogodbo. Če pa se bo naročnik odločil za nakup opcije R kasneje (v roku enega leta po veljavnosti osnovne pogodbe), bosta pogodbeni stranki sklenili Dodatek k pogodbi JN-B0643, za katerega bo osnova opcijska ponudba R, ki bo priloga k tej pogodbi. Dodatek mora biti podpisan in žigosan s strani obeh pooblaščenih pogodbenih predstavnikov.

11.3

Ponudnik je skladno z določili razpisne dokumentacije štev. JN-B0643 ponudil ločeno od osnovne ponudbe za sklop T tudi vrednost avdio procesorja (opcija T). Cena ponujene opcije je fiksna še eno leto po začetku veljavnosti pogodbe JN-B0643.

V primeru, da se bo naročnik odločil za nakup opcije T že ob odločitvi o oddaji javnega naročila, jo bosta pogodbeni stranki vključili v osnovno pogodbo. Če pa se bo naročnik odločil za nakup opcije T kasneje (v roku enega leta po veljavnosti osnovne pogodbe), bosta pogodbeni stranki sklenili Dodatek k pogodbi JN-B0643, za katerega bo osnova opcijska ponudba T, ki bo priloga k tej pogodbi. Dodatek mora biti podpisan in žigosan s strani obeh pooblaščenih pogodbenih predstavnikov.

122

Page 123: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Article 11

11.1

The Bidder offered according to the stipulations of the tender documentation no. JN-B0643, separately from the basic offer for Lot M also the value of Wireless part of camera type 1 (Optional Offer M). The price for this option is fixed still one year from the beginning of the JN-B0643 Contract validity.

In case the Contracting Authority decides for the purchase of optional offer M already at the decision on the award of the Contract, the contractual parties shall include it in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer M later (in the period of one year from the beginning of the basic contract validity), the contractual parties shall conclude an Annex to the Contract JN-B0643 in writing. The basis for this Annex shall be Optional Offer M that is enclosed to the Contract. The Annex must be signed and duly stamped by the authorized representatives of both Parties.

11.2

The Bidder offered according to the stipulations of the tender documentation no. JN-B0643, separately from the basic offer for Lot R also the value of Access point Type 2 (Optional Offer R). The price for this option is fixed still one year from the beginning of the JN-B0643 Contract validity.

In case the Contracting Authority decides for the purchase of optional offer R already at the decision on the award of the Contract, the contractual parties shall include it in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer R later (in the period of one year from the beginning of the basic contract validity), the contractual parties shall conclude an Annex to the Contract JN-B0643 in writing. The basis for this Annex shall be Optional Offer R that is enclosed to the Contract. The Annex must be signed and duly stamped by the authorized representatives of both Parties.

11.3

The Bidder offered according to the stipulations of the tender documentation no. JN-B0643, separately from the basic offer for Lot T also the value of Audio processor (Optional Offer T). The price for this option is fixed still one year from the beginning of the JN-B0643 Contract validity.

In case the Contracting Authority decides for the purchase of optional offer T already at the decision on the award of the Contract, the contractual parties shall include it in the basic Contract. In case the Contracting Authority decides for the purchase of optional offer T later (in the period of one year from the beginning of the basic contract validity), the contractual parties shall conclude an Annex to the Contract JN-B0643 in writing. The basis for this Annex shall be Optional Offer T that is enclosed to the Contract. The Annex must be signed and duly stamped by the authorized representatives of both Parties.

12. člen

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

Article 12

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

13. člen

V primeru višje sile kot so požar, poplava, potres, vojna, stavke in podobno, se lahko naročnik in ponudnik sporazumeta za podaljšanje roka izpolnitve po tej pogodbi, za dobo trajanja višje sile. Če zaradi daljših

123

Page 124: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

rokov trajanja višje sile ne bi bilo mogoče izpolniti pogodbenih obveznosti, lahko pogodbeni stranki pogodbo prekineta. Prekinitev ali podaljšanje pogodbe mora biti v pisni obliki.

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

Article 13

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

In the case of longer period of Force Majeure the Parties may terminate the Contract, each party bearing their own costs that have been occurred till then.

14. člen

Pogodba je sklenjena z odložnim pogojem in stopi v veljavo: z dnem obojestranskega podpisa s strani pooblaščenih podpisnikov naročnika in ponudnika ter

veljavnim žigom obeh pogodbenih strank; s predložitvijo garancije za dobro izvedbo pogodbenih obveznosti (predložene s strani banke ali

zavarovalnice), brezpogojne, nepreklicne in plačljive na prvi poziv, v višini 10 % pogodbene vrednosti, veljavno:

o še 6 mesecev po pogodbeno določenem datumu dobave opreme (za sklope A - T)o še 3 mesece po pogodbeno določenem datumu izvedbe del (za sklop U).

Ponudnik mora predložiti garancijo za dobro izvedbo pogodbenih obveznosti najkasneje v 10 dneh po podpisu pogodbe.

Article 14

The agreement is made under the suspense and enters into force: on the day the authorized representatives of the Contracting Authority and Bidder affix their

signatures and valid stamps of both parties; by Bidder’s presentation of the Performance Guarantee (issued by Bank or Insurance Company),

unconditional, irrevocable, and payable at first call in the amount of 10 % of the Contractual value and valid:

o 6 (six) months after the confirmed delivery date of the whole equipment (for Lots A – T). o 3 (three) months after the confirmed date for the realization of works (for Lot U).

The Bidder must present the Performance Guarantee at the latest 10 days after the signature of the Contract.

15. člen

Če kdo od pogodbenih partnerjev posredno ali neposredno obljubi, ponudi ali da kakšno nedovoljeno korist (vključno s potnimi stroški, darili in stroški gostinskih storitev, ki presegajo vrednost 75 EUR), z namenom vplivati na:

pridobitev posla, sklenitev posla pod ugodnejšimi pogoji, opustitev dolžnega nadzora nad izvajanjem pogodbenih obveznosti ali drugo ravnanje ali opustitev, s katerim je organu ali organizaciji iz javnega sektorja

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

124

Page 125: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

 je pogodba nična.

Article 15

If any of the contracting partners directly or indirectly promises, offers or gives any prohibited benefit (including travel expenses, gifts and catering costs in the value above EUR 75), in order to:

obtain a deal, conclude a deal under more favourable conditions, provide for the omission of due supervision over the implementation of contractual obligations, or provide for other actions or omissions through which a public body or organisation suffers damage or

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

the contract shall be rendered null and void.

16. člen

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

Article 16

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

17. člen

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

Naročnik lahko odpove pogodbo pred njeno izpolnitvijo:

če je proti ponudniku uveden stečaj ali prisilna poravnava, če je neuspešno pretekel pogodbeno določen rok, pa ponudnik ni izpolnil pogodbenih obveznosti, če ponudnik ni odpravil ugovarjanih napak oz. odprava napak ni možna.

Ponudnik lahko odpove pogodbo:

če naročnik ne plača pogodbene cene.

Odpoved pogodbe se poda v pisni obliki, pogodba preneha veljati v petnajstih dneh po prejemu takšne odpovedi, podpisane s strani pooblaščene osebe pogodbenega stranke.Če odpove pogodbo naročnik, lahko zahteva povrnitev škode, ki mu je nastala zaradi neizpolnitve pogodbe s strani ponudnika. Če odpove pogodbo ponudnik, lahko zahteva plačilo za že opravljene storitve do dneva odpovedi pogodbe. Odškodninski zahtevki pogodbeno zveste stranke s tem niso izključeni.

Article 17

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

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

the compulsory settlement, bankruptcy or liquidation procedures are initiated against the Bidder, the contractual delivery date is expired and the Bidder 's obligations are not fulfilled,

125

Page 126: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

the Bidder does not eliminate the defects or the elimination of the defects is not possible.

The Bidder is justified to terminate the contract if:

the Contracting Authority does not pay the contractual price.

The termination of the Contract shall be provided in writing, the contract ceases to be valid fifteen days from the receipt of such termination, signed by the authorized person of either party. If the Contract is terminated by the Contracting Authority, the Bidder is liable to reimburse the damage, caused due to his non-fulfilment of the Contract.

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

18. člen

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

Article 18

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

19. člen

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

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

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

Article 19

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

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

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

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

PODPIS IN ŽIG POOBLAŠČENIH PREDSTAVNIKOV NAROČNIKA IN PONUDNIKA – POGODBA ŠT. JN-B0643 THE SIGNATURE AND SEAL OF THE AUTHORIZED REPRESENTATIVES OF THE CONTRACTING AUTHORITY AND BIDDER – CONTRACT No. JN-B0643

126

Page 127: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

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

NAROČNIK: / PONUDNIK: /CONTRACTING AUTHORITY: BIDDER:

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

V. d. generalni direktor / Acting Director General …………………………………..

mag. Marko Filli …………………………………..

Žig / Stamp: Žig / Stamp:

127

Page 128: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Place and date....................................

Beneficiary……………………..

GUARANTEE FOR THE SERIOUSNESS OF BID NO. ________

In accordance with the public procurement, published in the Official Gazette of the Republic of Slovenia, no. ….., dated ………, for purchase of the following goods (services):

1…………………………..2…………………………..3…………………………..

for the purposes of the Contracting Authority (i.e. Beneficiary), the Bidder ………………………………. is bound to submit to the Contracting Authority a guarantee for seriousness of the bid to the amount of …………. EUR.

The Bank is bound to pay stated amount in the following events:a) the Bidder withdraws or changes his bid within its term of validity orb) the Bidder, selected at public selection of bids:- does not fulfil or withdraws from signing a contract in accordance with tender documentationor- does not submit or refuses to submit a Performance Bank Guarantee in accordance with tender documentation.

We are bound to pay within 15 days after the receipt of the first written demand by Contracting Authority the above mentioned amount without any additional grounding if the Contracting Authority in it’s claim states, that it is entitled to demanded amount due to fulfilment of one or two above mentioned events and if the Contradicting Authority states, to which event it refers.

Claim for above reason must be presented to the Bank and must contain:1. original summons of Contracting Authority for cashing-in the Bank guarantee in accordance with above paragraph and2. original Guarantee no. ../……………..

With every payment on this guarantee the sum of guarantee is reduced by the same amount.

This guarantee is valid until the Bidder is chosen according to the above mentioned public procurement and (in case the correct or partly correct offer is accepted) until the Contract between chosen Bidder and Contracting Authority is signed and Performance Guarantee being presented by the chosen Bidder, but not later than the Bid expiration date .

We have to receive your claims for cashing-in of the amount guaranteed until 3rd November, 2014 at the latest. After this term the validity of guarantee is automatically terminated irrespective of whether or not the guarantee is returned to the bank.

This guarantee is not transferable.

Eventual dispute between Beneficiary and the Bank will be settled by the Court of Ljubljana, according to the Slovenian law.

Bank(stamp and signature)

128

Page 129: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

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

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

STATEMENT REGARDING THE PERFORMANCE GUARANTEEFOR PUBLIC TENDER JN-B0643

Should we, .................. (The Bidder) be awarded the Tender of RTV Slovenija, No. JN-B0643 – for the purchase of A/V equipment for OB Vans

WE DECLARE,

we will supply a Performance Guarantee for 10 % of the contractual value upon Contract signature, as a condition for the validity of the contract, no later than 10 days after receiving the signed contract by the Contracting Authority. The Performance Guarantee will be issued by the first class Bank or Insurance Company and will be irrevocable, unconditional and payable at first call, and valid:

o 6 (six) months after the confirmed delivery date of the whole equipment (for Lots A – T). o 3 (three) months after the confirmed date for the realization of works (for Lot U).

If we fail to submit the Performance Guarantee in the required deadline, the Contracting Authority has the right to cash-in the Guarantee for the seriousness of the bid.

Place and date: Stamp: Signature of the Bidder’sauthorized person

……………………………… ………………………………

129

Page 130: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

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

FOR PUBLIC TENDER JN-B0643

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

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

……………………………… ………………………………

130

Page 131: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

For the purpose of the sixth paragraph of Article 14 of the Public Integrity and Corruption Prevention Act (Official Gazette of the RS, no. 45/2010, with amendments and supplements, hereinafter), to ensure the transparency of the business and to mitigate corruption risks when concluding legal transactions in the capacity of the Bidder's representative in the process of awarding public contract, I hereby issue the following

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

FOR PUBLIC TENDER JN-B0643Data on the BidderCompany name or name of the Bidder:Registered office of the Bidder:Registration no. of the Bidder:The Bidder is the holder of a dormant partnership:(mark as appropriate)

YES – NO

The Bidder's ownership structure:

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

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

YES – NO

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

YES – NO

(continue the list as appropriate)

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

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

YES – NO

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

(continue the list as appropriate)

131

Page 132: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

3. DATA ABOUT RELATED COMPANIES

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

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

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

(continue the list as appropriate)

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

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

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

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

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

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

____________________________ _________________________________

Signature and stamp:

132

Page 133: INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER Web viewmulti-camera recording (4 REC/PLAY-any combination, 4 x REC and 2 x PLAY, 6 x REC and 1 x PLAY at normal speed) ... Dual Word

Tender documentation JN-B0643

Radiotelevizija Slovenija, Javni zavod,Commercial Department

e-mail: [email protected]

Fax No..: + 386 1 475 2186

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

EXPLANATION OF THE TENDER DOCUMENTATION NO. JN-B0643

1. Questions:

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

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

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

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

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

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

2. Answers:

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

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

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

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

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

133