Procurement documents JN-B0812

PROCUREMENT DOCUMENTS

PUBLIC TENDER

IN ACCORDANCE WITH THE LOW-VALUE PROCEDURE

No.

JN-B0812

HD UPGRADE OF DVB HEADEND

1

Procurement documents JN-B0812

CONTENTS

1INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER

2INSTRUCTIONS FOR MAKING BIDS

2.1CONTRACTING AUTHORITY OF THE PUBLIC TENDER

2.2LEGAL GROUND

2.3BASIC RULES OF OPERATION

3SUBJECT OF THE PUBLIC PROCUREMENT

3.1GENERAL DESCRIPTION

3.2EDUCATIONAL TRAINING

3.3WARRANTY MAINTENANCE

3.4QUANTITY ACCEPTANCE OF EQUIPMENT AT THE CONTRACTING AUTHORITY SITE

3.5INSTALLATION

3.6FINAL ACCEPTANCE OF EQUIPMENT

3.7SPARE PARTS

4TECHNICAL REQUIREMENTS

4.1GENERAL TECHNICAL REQUIREMENTS

4.2TECHNICAL DESCRIBPTION OF THE SYSTEM

4.2.1SIGNALS AND CONNECTIONS

4.2.2OPERATION OF THE HD SYSTEM UPGRADE

5BID DOCUMENTATION

5.1GENERAL CONDITIONS FOR MAKING BID DOCUMENTATION

5.1.1Clarification to the procurement documents

5.1.2Language

5.1.3Marking

5.1.4Contents of a bid

5.1.5Alternative bids and variant bids

5.1.6Only one bid from each Bidder

5.1.7Form of a bid

5.1.8Validity of the bids

5.2DOCUMENTS IN THE BIDS

5.2.1Data on bidder and bid

5.2.2Contents of the bid documentation

5.2.3Form »Declaration on acceptance of the public tender conditions«

5.2.4Form of an offer that has to contain:

5.2.5Pro forma invoice

5.2.6Statement of capability and eligibility for participation

5.2.7Bank certificate of solvency

5.2.8Warranty conditions of the Bidder

5.2.9Declaration of the Bidder - all the offered equipment is factory-new

5.2.10Declaration of the Bidder regarding the spare parts

5.2.11Declaration of the Bidder regarding the software and hardware upgrades

5.2.12Statement of the manufacturer or principal

5.2.13Sample of the contract

5.2.14Declaration, stating the Bidder shall provide a performance guarantee

5.2.15Statement on the forwarding of data in the disclosure of the Bidder's ownership

5.2.16Technical documentation

6CONTRACT AWARD CRITERIA

6.1CRITERION: THE LOWEST PRICE

6.2TWO BIDS WITH EQUAL BEST EVALUATION RESULT

7REVIEW CLAIM

7.1LEGAL BASE AND TERMS FOR SUBMISSION

7.2METHOD OF SUBMITTING THE REVIEW CLAIM

8FORMS

DATA ON BIDDER AND BID

DECLARATION OF BIDDER’S ACCEPTANCE OF PUBLIC PROCUREMENT CONDITIONS

FORM OFFER

PROFORMA INVOICE

STATEMENT OF CAPABILITY AND ELIGIBILITY FOR PARTICIPATION

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

DECLARATION OF THE BIDDER REGARDING THE SPARE PARTS

DECLARATION OF THE BIDDER REGARDING THE SOFTWARE AND HARDWARE UPGRADES

STATEMENT OF THE MANUFACTURER

STATEMENT OF THE PRINCIPAL

SAMPLE CONTRACT

STATEMENT REGARDING THE PERFORMANCE GUARANTEE

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

STATEMENT ON THE PARTICIPATION OF NATURAL AND LEGAL PERSONS IN THE BIDDER'S OWNERSHIP

EXPLANATION OF THE PROCUREMENT DOCUMENTS NO. JN-B0812

1INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER

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

the HD upgrade of DVB headend.

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-B0812 – HD upgrade of DVB headend “. 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 09 May, 2018. 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 09 May, 2018 at 09.00 a.m. on the premises of Javni Zavod RTV Slovenija at Komenskega Street 7 in Ljubljana.

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

Ljubljana, 30 March, 2018 Commercial Department of

RTV Slovenija

2INSTRUCTIONS FOR MAKING BIDS

2.1 CONTRACTING AUTHORITY OF THE PUBLIC TENDER

Radiotelevizija Slovenija, Javnizavod, 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 JavniZavod RTV Slovenija. In the evaluation of the tender the commission will take account of the criteria that are the constituent part of the procurement documents.

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

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

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

2.2LEGAL GROUND

The Public Procurement of JavniZavod 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.

2.3BASIC 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.

3SUBJECT OF THE PUBLIC PROCUREMENT

3.1GENERAL DESCRIPTION

The subject of this public tender is the purchase of equipment for HD upgrade of the DVB had end.

With the upgrade of the headend, the Contracting Authority wants to increase the quality of encoded HD signals and increase their number.

The Contracting Authority also requires the system integration of the HD upgrade functional unit into the existing headend.

The Bidder must:

• plan and design a technical solution for the entire headend,

• obtain from the subscriber all necessary data for the start of the system integration,

• Implement integration into the existing system,

• to produce technical documentation from which system integration is evident,

• deliver the equipment,

• execute an educational training at the location of the contract Authority,

• set up and program the system in agreement with the Contracting Authority,

• enable the final acceptance at the location of the client,

• make system startup and commissioning,

• after startup, make corrections to the project documentation and system settings,

• ensure fulfillment of the terms of warranty maintenance and after warranty maintenance

• be available to the Contracting Authority in case of technical issues.

More detailed technical requirements and operating descriptions are given in chapter 4. Technical requirements.

3.2EDUCATIONAL TRAINING

After installation, the Bidder must organize and execute a training in the premises of the Contracting Authority.

The training must consist of a theoretical and practical part of the new working equipment. The theoretical part must contain presentations and explanations that will explore in more detail:

•Schematic diagrams of each device and the entire system,

•concepts of system control and management,

•Configuring and set-up indicidual device and the entire system,

•management of redundancy (replacement of the program, priorities at errors and failures),

•processing of video in the coding equipment (filtering, noise reduction, encoding parameters),

•the principles of statistical multiplexing, parameter setting and tracking (current bitstream, priority, total flow, etc.).

The practical part of the training should include practical demonstrations:

•System set-up

•Setting system parameters,

•Configuration management,

•Viewing logs,

•User management,

•Redundant hardware operation and switching the video services

•Other.

Participants must acquire sufficient knowledge on the basis of training for day-to-day practical work with the system, such as downloading, storing configurations, switching programs from main to redundant equipment, setting up / interrupting connections to the server, checking alarms and understanding the meaning of these and everything else it is necessary for effective control, management and as fast as possible return to the normal state in the event of a malfunction.

After the installation, the Bidder must carry out the educational training at the Contracting Authority premices for 5 attendees.

The Bidder is responsible for all education costs (i.e. all costs relating to education, literature and accessories for the implementation of education, as well as the cost of transport and accommodation of the lecturer).

3.3WARRANTY MAINTENANCE

The required minimum warranty period is 12 months and applies to all parts. The warranty period starts from the date of successful final acceptance test.

During the warranty period the Bidder must provide servicing, assistance for maintenance and operation and spare parts for the offered equipment.

The Bidder can offer a SLA service level agreement contract from his standard range, but anyhow it must fulfill requirements mentioned in this description.

Faults occurrences on the system are classified in severity levels:

•critical - One or more programs in a output transport stream are interrupted or defective (errors in level 1 of ETSI TR 101 290),

•priority - One or more transport streams are defective (errors in level 2 of ETSI TR 101 290),

•major - One or more transport streams are defective (errors in level 3 of ETSI TR 101 290),

•minor - The headend has switched to a particular backup device because of malfunctioning or defective main device (no errors in level 1, 2 and 3 of ETSI TR 101 290),

•ordinary - Some activities on the headend need assistance or support from the Bidder.

In case that an occurrence on the system is detected it is reported to the Bidder support contact by email or phone. The occurrence report will contain short description of incidence and classification according to severity level defined above. The Bidder must acknowledge the request within 30 minutes.

The Bidder must respond to the occurrence report and contact the Contracting Authority via email, phone assistance or remote assistance using remote desktop software. The requested respond time (time since acknowledge of the request) depends on severity level of occurrence:

•critical –one hour,

•priority –twelve hours,

•major - twenty four hours,

•minor - forty eight hours,

•ordinary - forty eight hours.

The target solve time after acknowledge of request within which the occurrence must be solved and a stable operation (without any errors in level 1, 2 and 3 of ETSI TR 101 290) of the system must be reestablished depends on severity level of occurrence:

•critical - twelve hours,

•priority – twenty-four hours,

•major – twenty-four hours,

•minor - four days,

•ordinary - ten days.

If case of defective hardware the Bidder must provide a replacement device within five days after reporte of occurrence.

The defective hardware will be sent for repair to the Bidder. After successful repair the hardware must be sent back to the Contracting Authority where it will be installed in system. After that the replacement hardware will be sent back to the Bidder. The complete procedure including shipping, spare parts and repair must be covered by the Bidder.

3.4QUANTITY ACCEPTANCE OF EQUIPMENT AT THE CONTRACTING AUTHORITY SITE

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

3.5INSTALLATION

The Contracting Authority will after the quantity acceptance, carry out the installation of the equipment according to the manufacturer's instructions and connects it into the existing data and control system of the headend. Four HD SDI video signals with embedded audio signals are connected to the input of each server with software based encoders.

The Bidder must attach the supply cables, the mounting accessories for the installation to the rack and adapters for connecting the input video signals to the provided equipment.

3.6FINAL ACCEPTANCE OF EQUIPMENT

The subject of final acceptance is the whole offered system, together with integration.In the framework of the final acceptance, the Contracting Authority executes the acceptance measurements. The detailed run of the acceptance measurements will be agreed with the selected bidder after installation of the equipment.

The final acceptance must be carried out within 14 days after the quantity acceptance.

Any irregularities found during the final acceptance of the equipment must be corrected by the Bidder within 14 days. After that time, the entire final acceptance procedure is repeated.

In the case when factory acceptance procedure must be repeated, the Contracting Authority has the right to cash-in the Performance Guarantee and the Bidder must submit a new Performance Guarantee.

3.7SPARE PARTS

The Bidder must provide spare parts for at least 7 years after the date of final acceptance of the equipment. For the warranty period, spare parts must be free for the Contracting Authority.

4TECHNICAL REQUIREMENTS

4.1GENERAL TECHNICAL REQUIREMENTS

CE and EMC

All equipment must comply with the technical regulations and norms in force in the Republic of Slovenia related to the power supply (230 V / 400 V, 50 Hz), grounding and protection against electric shock as follows:

•SIST EN 50160

•SIST EN 60950-1

•SIST EN 61140.

Technical guidance TSG-N-003 2009 - Lightning protection should be considered.

The equipment offered must also comply with electromagnetic compatibility ruls:

•SIST EN 50081-1

•SIST EN 50082-2

•SIST EN 55022

•SIST EN 55024.

Instructions for installation, operation and maintenance

At equipment delivery, the Bidder must provide comprehensive technical documentation in the Slovenian or English language, which the user needs for installation, as well as in the day-to-day use and maintenance of equipment. The technical documentation must be delivered in electronic version. For the electronic format, the Acrobat PDF is used. The documentation must correspond to the actual state of the system at the time of the final acceptance. The instructions must be written in such a way that users will be able to configure the equipment with the help of them and could find and resolve the errors as soon as possible.

On basis of the technical documentation, the Contracting Authority will carry out the installation of the equipment and its connection to the headend system.

Noise

The noise level of each device in normal operation must not exceed 65 dBA measured at a height of 1.5m and at a distance of 1 m from the device.

Environmental requirements

The system must operate under the following environmental conditions:

•Temperature range: +5 ° C to 35 ° C

•Relative humidity: <90%.

The power supply

Powering of the bidded equipment will be made with an alternating voltage of 230 V / 50 Hz. Supplied equipment must operate with dual power supplies. The power supplies will be connected to two independent alternating voltage source.

Physical measures

The hardware must be ready for installation to a 19 " rack.

4.2TECHNICAL DESCRIBPTION OF THE SYSTEM

The existing headend is extended with Electra-x system and installed SW package with associated licenses for software-based encoding of the input HD video signals.

The tender must include:

-Redundant hardware (2 physical servers),

-Each server must be physically ready to connect and encode 8 input HD SDI signals

-Suitable SW package for installation the software based encoding of input HDI HDI signals according to standard ITU-T H.264 / AVC,

-Required licenses for encoding 4 input HD video signals,

-Integration of the Electra-x system into the existing NMX management system,

-Necessary licenses for NMX management system and multiplexing.

Both servers will generate multiple output data streams for different distribution systems in 1 + 1 redundant mode.

Coded output signals from both servers are connected to existing Prostream 1000 multiplexers (PRM-1K-CHS-AC-1GR-1, SW: 07.07.00.008), where they are extended by appropriate signaling and transmitted to the headend's output.

The platform with software based encoding must be integrated into the existing Harmonic NMX control system (V.7.7.2).

4.2.1SIGNALS AND CONNECTIONS

Figure 1 shows a block diagram of the entire system. The subject of the tender is the system, which is marked with a dashed line in Figure 1. Other grayed-out elements in the figure represent the existing system of the headend.

The Bidder must offer a technical solution that provides redundant connections for powering and data traffic.

The interfaces between individual components are divided into three groups: input signals, output signals and signals for control and management. The Bidder must assure the requirements for each group of signals, listed below.

Figure 1: Block diagram of the system

Input HD video signals

The Contracting Authority connects four HD studio video signals to the input of the platform. They are connected via existing distribution amplifiers using standard video cables and terminated with 75 Ohm BNC connectors. In the case where the offered solution uses smaller connectors (mini BNC), the Bidder must offer adapters to standard BNC connections.

The input HD SDI studio signals correspond to the SMPTE 292M standard. Each video signal carries three stereo audio channels, where the first two are dedicated to the transmission of a stereo audio signal, and the third one is intended for the transmission of the Dolby AC3 encoding bitstream. The nominal value of the individual stereo audio signal level is -9 dBFS. Beside embedded audio, the video signal also transmits information on aspect ratio trough the AFD in accordance with SMPTE-2016 and teletext in accordance with OP-47.

Output IP multicast signals

Electra-x generates data streams in the form of "IP multicasts" on its output Ethernet ports (1000BaseTX). The platform's output streams are connect to existing data switches.