Procurement documents JN-B0774

PROCUREMENT DOCUMENTS

PUBLIC TENDER

IN ACCORDANCE WITH THE OPEN PROCEDURE

No.

JN-B0774

Purchase of PTZ cameras, vision mixsers, video routers, character generators, monitoring/measuring equipment, V/A disk recorders and studio control systems

3

Procurement documents JN-B0774

CONTENTS

1. INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER 4

2. INSTRUCTIONS FOR MAKING BIDS 5

2.1. CONTRACTING AUTHORITY OF THE PUBLIC TENDER 5

2.2. LEGAL GROUND 5

2.3. BASIC RULES OF OPERATION 5

3. SUBJECT OF THE PUBLIC PROCUREMENT 6

3.1. GENERAL DESCRIPTION 6

3.2. TECHNICAL DEMANDS 6

3.2.1. GENERAL TECHNICAL REQUIREMENTS 6

3.2.2. TECHNICAL SPECIFICATION 6

3.3. GENERAL REQUIREMENTS 15

3.3.1. Quantitative acceptance 15

3.3.2. Final acceptance of equipment 15

3.3.3. Warranty period 15

3.3.4. Maintenance of equipment in warranty and after warranty period 15

3.3.5. Spare parts 15

4. BID DOCUMENTATION 16

4.1. GENERAL CONDITIONS FOR MAKING BID DOCUMENTATION 16

4.1.1. Clarification to the Procurement Documents 16

4.1.2. Language 16

4.1.3. Marking 16

4.1.4. Contents of a bid 16

4.1.5. Alternative bids and variant bids 16

4.1.6. Form of a bid 16

4.1.7. Validity of the bids 17

4.2. DOCUMENTS IN THE BIDS 17

4.2.1. Data on Bidder and bid 17

4.2.2. Contents of the bid documentation 17

4.2.3. Form of an offer that has to contain: 17

4.2.4. Pro-forma invoice 17

4.2.5. Warranty conditions of the Bidder 17

4.2.6. Declaration regarding the spare parts 17

4.2.7. Declaration of the Bidder - all the offered equipment is factory-new 18

4.2.8. Declaration of the Bidder regarding the software and hardware upgrades 18

4.2.9. Statement of the Manufacturer or the Principal 18

4.2.10. Sample of the contract 18

4.2.11. Guarantee for the seriousness of the bid 18

4.2.12. Declaration, stating the Bidder shall provide a performance guarantee 18

4.2.13. Statement on the forwarding of data in the disclosure of the Bidder's ownership 18

4.2.14. Technical documentation 19

4.2.15. Form ESPD 19

4.3. VERIFICATION OF CAPABILITY AND CONDITIONS FOR PARTICIPATION 19

4.3.1. Verification of exclusion grounds – Bidders with the registered office in the Republic of 19

4.3.2. Verification of conditions for participation – Bidders with the registered office in the 20

4.3.3. Verification of exclusion grounds – Bidders with the registered office outside of the 20

4.3.4. Verification of conditions for participation – Bidders with the registered office outside of 21

5. CONTRACT AWARD CRITERIA 22

5.1. TWO BIDS WITH EQUAL BEST EVALUATION RESULT 22

6. REVIEW CLAIM 23

6.1. LEGAL BASE AND TERMS FOR SUBMISSION 23

6.2. METHOD OF SUBMITTING THE REVIEW CLAIM 23

7. FORMS 23

DATA ON BIDDER AND BID 24

FORM OFFER – BASIC OFFER 25

FORM OFFER – OPTIONAL OFFER 1 26

FORM OFFER – OPTIONAL OFFER 2 27

PROFORMA INVOICE 28

DECLARATION OF THE BIDDER REGARDING THE SPARE PARTS 29

DECLARATION OF THE BIDDER – ALL THE OFFERED EQUIPMENT IS FACTORY NEW 30

STATEMENT OF THE MANUFACTURER 32

STATEMENT OF THE PRINCIPAL 33

SAMPLE CONTRACT 34

GUARANTEE FOR THE SERIOUSNESS OF BID NO...... 45

STATEMENT REGARDING THE PERFORMANCE GUARANTEE 46

STATEMENT ON THE FORWARDING OF DATA IN THE DISCLOSUREOF THE BIDDER'S OWNERSHIP 47

EXPLANATION OF THE PROCUREMENT DOCUMENTS NO. JN-B0774 50

1.  INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER

Pursuant to Item a) of the first paragraph of Article 39 of the Public Procurement Act (Official Gazette of the Republic of Slovenia no. 91/2015, hereinafter: the ZJN-3), Radiotelevizija Slovenija, Public Institution, publishes the public tender in accordance with the open procedure for:

purchase of PTZ cameras, vision mixsers, video routers, character generators, monitoring/measuring equipment, V/A disk recorders and studio control systems

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-B0774“. The full address of the Bidder is to be written on the envelope.

The term for acceptance of bids is until 09.00 a.m. on 18th May, 2017. Bids received after that time limit will not be counted and will be returned unopened to the Bidders.

Public opening of bids will be on 18th May, 2017 at 10.00 a.m. on the premises of Javni Zavod RTV Slovenija at Komenskega Street 7 in Ljubljana.

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

Ljubljana, 11th April, 2017 Commercial Department of

RTV Slovenija

2.  INSTRUCTIONS FOR MAKING BIDS

2.1.  CONTRACTING AUTHORITY OF THE PUBLIC TENDER

Radiotelevizija Slovenija, Javni zavod, Kolodvorska 2, SI - 1550 Ljubljana

VAT No.: SI29865174; Corporate registry No.: 5056497

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

The chosen Bidder must enter into a signed Contract within 8 days after receiving the “Decision on the Award of a Contract”. 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 inadmissible bids, the Contracting Authority shall annul the tender. The Contracting Authority reserves the right not to choose any of the bids (according to Art. 90 of ZJN-3).

2.2.  LEGAL GROUND

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

2.3.  BASIC RULES OF OPERATION

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

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

3.  SUBJECT OF THE PUBLIC PROCUREMENT

3.1.  GENERAL DESCRIPTION

The subject of public procurement (tender) is purchase of PTZ cameras, vision mixsers, video routers, character generators, monitoring/measuring equipment, V/A disk recorders and studio control systems. The Equipment will be used for production of television programmes on RTV Slovenia.

3.2.  TECHNICAL DEMANDS

3.2.1.  GENERAL TECHNICAL REQUIREMENTS

3.2.1.1.  Technical documentation

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

- SMPTE 292M-1998, audio embedding SMPTE 299M

- AES-3-1992

- AES-11-1997

All equipment powered by 230V AC must satisfy acts and regulations valid today in the republic of Slovenia 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.  Rejecting of a bid

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

3.2.2.  TECHNICAL SPECIFICATION

System functionalities

The system must with all its components, which are specified in item 3.2.2. fulfil the following requirements:

1.  control and set up of PTZ cameras (pan, tilt, zoom, focus, iris, master black and other camera parameters) – SCS (Studio Control System)

2.  it must be possible to store at least 1000 PTZ camera presets (camera presets saved in cameras are not used) – SCS

3.  automatic recall of PTZ cameras presets according to ID of activated microphone. For each seat it must be possible that operator chose at least three different PTZ presets from at least two different cameras before the camera with selected PTZ set-up is put on-air – SCS

4.  SCS system must be possible to modify with adding new persons (seats) at working committees, replacing of representatives (in both cases it must be possible to add new names), changing of seat order, adding new seats (quests at some special meetings) or shots etc. – even during live transmition when the system is in use (on-air) – SCS + CG

5.  The system must have the capability to save more different configurations (PTZ of cameras, names of representatives etc.) for different meetings in the same or different meeting rooms – SCS + CG

6.  System must automatically (when representative switch on the microphone and operator of SCS system touch/click a seat) the system must route best camera to preview– SCS + vision mixer

7.  It must be possible to switch any camera to preview and to program on SCS panel- vision mixer controlled by SCS

8.  It must be possible to change PTZ parameters of any camera, even the one which is on-air - SCS

9.  mixing of camera pictures (CUT, CROSS FADE) – vision mixer controlled by SCS

10.  automatic (according to ID of activated microphone)/manual recalling name title and keying it in picture - vision mixer + CG controlled by SCS

11.  manual recalling topic title and keying it in picture - vision mixer + CG manual controlled

12.  DVE (2 BOX picture each with title name and preview of 2 BOX picture) - vision mixer + CG manual controlled

13.  selection and playout of a clip - vision mixer + CG manual controlled (with option 2)

14.  select and playout of still - vision mixer + CG manual controlled

15.  it must have emergency clean switch router with FS (frame store) at each router input

16.  must be capable of recording of at least 200 hours of V/A material

17.  the CG, video router and video mixer must be possible to control also by one control PC and touch screen monitor

PTZ CAMERAS

The matter of order is purchasing 25 PTZ cameras for TV production. Additional 8 PTZ 1 cameras are required as Option 1.

·  The offer must comprises all equipment which are specified in the following table:

Item / Description / VDS / MDS
(OPTION 1) / MDT + VDT / Meeting rooms
(2012+209)
1 / PTZ 1 Camera / 4 / 8 / 8 / 11
2 / PTZ 2 Camera / 2 / 0 / 0 / 0

·  Technical requirements for PTZ 1 camera:

a)  It must be a compact PTZ type of camera

b)  Camera must have at least 3x1/2.86” or bigger CCD/CMOS sensors with at least 1920 x 1080 piksels

c)  Camera must produce picture in at least the following resolution:1080/50i

d)  It must have optical image stabilization feature

e)  It must have motorised 20x Zoom Lens (F1.6 to F3.4 at angle of view 60° (Wide position of zoom) and up to 3.3° (Tele position of zoom) and 1.4x Digital Extender Zoom.

f)  5 camers must include also 0,8x wide attachment which allows also zooming over ful reguired focal range with correct auto/manual focus. Balance of the PTZ kamera must be compebsated.

g)  It must have auto and manual motorised focus

h)  It must have at least pan range of ±175 ° and a tilt range of at least -30 ° to 210 ° and speed operation at least 60 °/s. The noise level during operation mast be NC35 or less.

i)  It must have on output the last frame of the camera picture just before it starts to move to new preset position and keep it untill it reach the new preset position.

j)  Iz must produce the picture in 16:9 picture format

k)  It must have horizontal resolution of 1000 TV lines

l)  Sensitivity must be at least F8 / 2000lux/ 90% reflectivity of white surface

m)  Dynamic range must be at least 600% or more

n)  Signal to noise ratio (Y signal) must be at least -60 dB or better

o)  It must have built in Digital Noise Reduction

p)  It must have at least possibility to select at least 4 different gamma curves and maual setting

q)  It must have the possibility to correct gamma curve in white area (at least knee point and knee slope)

r)  It must have possibility to adjust saturation and hue in at least 12 parts of colour spectrum

s)  It must be possible to save and use four different (4) scene files.

t)  It must operate in ambient temperature from 0 °C to 40 °C

u)  It must operate in ambient humidity from 20 % to 90 %

v)  It must support PoE+ for camera control, PoE+ camera power supply and IP streaming of camera video signal (H.264, 50 fps, at bit rate of at least 24 Mbps, RJ-45 connector)

w)  It must have at least HD-SDI output of camera signal (BNC connector)

x)  It must have DC 12 V IN

y)  It must have genlock input connector (BNC) for BBS (Black Burst Sync).Tri-level sync must be also supported.

z)  It must have MIC (input sensitivity at least -40 dBV ± 3 dBV) /LINE (Input level: at least -10 dBV ±3 dBV) input

The attached table TPC Form (Technical Parameters of Camera) must be filled in, signed and returned with the bid.