TENDER DOCUMENTATION

PUBLIC TENDER THROUGH THE

OPEN PROCEDURE

No.

JN-B0628

PURCHASE OF AUDIO/VIDEO EQUIPMENT FOR STUDIO 3

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 OF EQUIPMENT

3.2TECHNICAL REQUIREMENTS

3.2.1GENERAL TECHNICAL REQUIREMENTS

3.2.1.1Technical documentation

3.2.1.2Standards

3.2.1.3Rejection of a bid

3.3TECHNICAL SPECIFICATION

3.3.1LOT A: VISION MIXER

3.3.1.1VISION MIXER

3.3.1.2SW for vision mixer upgrade from SD to HD

3.3.2LOT B: ROUTER

3.3.3LOT C: V/A PRODUCTION SERVER

3.3.4LOT D: STUDIO MONITORS

3.3.4.124” STUDIO MONITORS

3.3.4.237” STUDIO MONITORS

3.3.4.3Control unit for 24” and 37” monitors from items 3.3.4.1 in 3.3.4.2

3.3.5LOT E: REFERENCE MONITORS

3.3.6LOT F: MEASURING instruments

3.3.6.1Measuring instrument type 1

3.3.6.2Measuring instrument type 2

3.3.6.3Measuring instrument type 3

3.3.7LOT G: Modular equipment

3.3.8LOT H: Blue/green chroma keyer

3.3.9LOT I: CAMERAS

3.3.10LOT J: LENSES

3.3.11LOT K: Audio equipment

3.3.12OTHER BUSINESS

4BID DOCUMENTATION

4.1General conditions for making bid documentation

4.1.1Clarification to the tender documentation

4.1.2Language

4.1.3Marking

4.1.4Contents of a bid

4.1.5Alternative bids and variant bids

4.1.6Form of a bid

4.1.7Validity of the bids

4.2Documents in the bids

4.2.1Data on Bidder and Bid

4.2.2Contents of the bid documentation

4.2.3Form »Declaration on acceptance of the public tender conditions«

4.2.4Form of an OFFER that has to contain:

4.2.5Proforma Invoice

4.2.6Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5)” – for a legal entity

4.2.7Bidder's “Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5)” – for a legal representative

4.2.8Form “Statement under the third and fourth paragraph of article 42 of the ZJN-2-UPB5”

4.2.9Form “Bidder’s statements, given under criminal and material liability”

4.2.10Bank Certificate of solvency

4.2.11Warranty conditions of the Bidder

4.2.12Declaration of the Bidder regarding the spare parts

4.2.13Declaration of the Bidder - all the offered equipment is factory-new

4.2.14Declaration of the Bidder regarding the software upgrades

4.2.15Statement of the manufacturer or principal

4.2.16Sample of the Contract

4.2.17Guarantee for the seriousness of the bid

4.2.18Declaration, stating the Bidder shall provide a Performance guarantee

4.2.19Statement on the forwarding of data in the disclosure of the Bidder's ownership

4.2.20Technical documentation

5CONTRACT AWARD CRITERIA

6REVIEW CLAIM

6.1Legal base and terms for submission

6.2Method of submitting the review claim

7FORMS

DATA ON BIDDER AND BID

Declaration of Bidder’s acceptance of Public Procurement conditions

Form OFFER

Form OFFER

Form OFFER

Form OFFER

Form OFFER

Form OFFER

Form OFFER

Form OFFER

Form OFFER

Form OFFER

Form OFFER

Proforma Invoice

STATEMENT ON CRIMINAL OFFENCES FROM THE FIRST PARAGRAPH OF ARTICLE 42 OF THE PUBLIC PROCUREMENT ACT (ZJN-2-UPB5)

Statement on criminal offences from the first paragraph of Article 42 of the Public Procurement Act (ZJN-2-UPB5)

STATEMENT UNDER the third and THE FOURTH PARAGRAPH OF ARTICLE 42

Bidder's Statements given under CRIMINAL and material LIABILITY

Declaration of the Bidder regarding the spare parts

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

Declaration of the Bidder regarding the software upgrades

STATEMENT OF THE MANUFACTURER

STATEMENT OF THE PRINCIPAL

Sample Contract

Guarantee for the seriousness of Bid

STATEMENT regarding the Performance Guarantee

Statement ON THE FORWARDING OF DATA IN THE DISCLOSURE

OF THE BIDDER'S OWNERSHIP

Explanation of the Tender documentation No. JN-B0628

Tender documentation JN-B0628

1INVITATION TO SUBMIT BIDS FOR THE PUBLIC TENDER

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

purchase of audio/video equipment for Studio 3.

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-B0628 – "A/V equipment for S3“. 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 08 April, 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 08 April, 2014at 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, 25February, 2014 Commercial Department of

RTV Slovenija

2INSTRUCTIONS FOR MAKING BIDS

2.1Contracting 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 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-UPB5).

2.2Legal 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-UPB5) 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.

2.3Basic 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.

1

Tender documentation JN-B0628

3SUBJECT OF THE PUBLIC PROCUREMENT

3.1GENERAL DESCRIPTION OF EQUIPMENT

The subject of public procurement (tender) is the purchase of A/V equipment one studio. 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.

3.2TECHNICAL REQUIREMENTS

3.2.1GENERAL TECHNICAL REQUIREMENTS

3.2.1.1Technical documentation

Abiddermustattach in the bid all necessary technicaldocumentation (in Slovene and/or English language) for every sort of equipment, which proves the fulfilment of all requested technical requirements from tender documentation.

3.2.1.2Standards

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 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

3.2.1.3Rejection 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.

3.3TECHNICAL SPECIFICATION

3.3.1LOT A: VISION MIXER

In LOT A must be offered:

1 piece of vision mixer

2 pieces of SW for vision mixer upgrade from SD to HD

3.3.1.1VISION MIXER
  • The bid must comprises parts which are specified in the following table:

Item / Required parts / Min.Qty / Offered Qty.
1 / 4ME 3G/HD/SD vision mixer – all HW equipment / 1
2 / 3G/HD-SDI inputs (all of the inputs, primary, FILL and KEY, but not DVE inputs) / 40
3 / 3G/HD-SDI outputs ( all outputs encountered PGMs, MEs, PVs, CLEAN, ..AUX) / 48
4 / Number of channels of 3D digital video effects (vision mixer in 1080i mode) / 4
5 / 3ME control panel with touch screen display and local AUX control panel for at least 10 destinations / 1
6 / All 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 lestone (1) spare piece of each type of board with build in sub-boards (at least IN board, OUT board (all typs), 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) spare piece of each type of power supplies and one (1) spare piece of each type of fan, which are build in the all offered HW equipment of video production switcher.
8 / Operational manual (CD/DVD and two hard copies)
9 / Installation manual (CD/DVD)
10 / Maintenance manual (CD/DVD and 2 hard copies)
11 / Maintenance training/commissioning (in period of 2 days) 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 requirement written under Description

Posit. / Description / Minimal request / Offered / The name and the page of the document
1 / Capability of multiformat mode is required (HD: 1080i25, and 720p50) / yes/no
2 / SW upgrade from HD mode to 3G mode (1080p50) must be alrady available, but it is no required to be offereed / yes/no
3 / 10-bit processing is required / yes/no
4 / Number of SD PAL reference inputs – colour black / 1
5 / Number of WIPE generators per M/E (main and KEY) / 8
6 / Number of KEY`s per M/E (vision mixer in 1080i mode) / 8
7 / Number of CHROMA KEY`s per M/E / 8
8 / 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 they can be additional offered KEY`s / 4
9 / Number of BORDERLINE and SHADOW EFFECT generators for every KEY / 1
10 / It is required that 2 channels of 3D DVE is possible to permanently delegate to one (1) of the M/E`s / 2fill, 2key
11 / 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
12 / Machine control for controlling VTR`s, server playout channels... 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
13 / The number of GPI and GPO built into the vison mikser HW, which is installed in the machine room / 24 in, 24 out
14 / TALLY signalisation (serial protocol for UMD must be also available) with relay and open collector closures, is set up during configuration of the video production switcher / 8
15 / The number of effects memory registers available per M/E, each independent of the other. / 99
16 / At creating/editing macros it is required that it must be possible to use the existing macros (macro in macro) / yes/no
17 / 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
18 / 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 any menu (the procedure of macro creation must be described in the offer) / yes/no
19 / 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
20 / 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
21 / 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
22 / Internal at least 8 channel RAM recorder with 2000 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
23 / Resizer function must be available for all the keyers / yes/no
24 / It must be possible to make a dissolve on any pair of AUX bus outputs / yes/no
25 / 32 direct accessible primary inputs on 3ME control panel / yes/no
26 / The 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 4 PGM/CF and 2 PST (PVW) outputs and must be possible to insert into each of (4) PGM/CF signals at least 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), any macro...) to the pushbuttons (at least 4) in the transition area module of control panel / yes/no
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 4 KEY`s into the picture. 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 all offered vision mixers / yes/no
34 / 3M/E control panel must control at least 10 auxiliary buses by build in or stand alone control panel / yes/no
35 / It must be possible AUX bus dissolves on any pair of AUX bus outputs / yes/no
36 / It must have build in multiviewer with at least 10 different pictures / yes/no
37 / 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 stored
images in internal RAM memory (when neighbouring studios are used for production of similar program like elections). / yes/no
38 / It must be possible to have a preview of selected transition effect and three program outputs with different inserted graphics (by DSK) simultaneously / yes/no
39 / 3M/E control panel must be capable to control each of the M/E stages of 4M/E vision mixer. The operator can select which M/E stage to control / yes/no
40 / SNMP monitoring must be available / yes/no
41 / 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 required that bidder answer with YES/NO, then the Contracting Authority shall reject the bid (for this LOT) from further proceeding (according to the item 3.3.1.2 from this tender documentation).

like or equivalent to MVS-8000X

3.3.1.2SW for vision mixer upgrade from SD to HD

SW for Field upgrade from SD to HD of existing 3 M/E vision mixer MVS-8000G on RTV Slovenia

3.3.2LOT B: ROUTER

In LOT B must be offered:

1piece of ROUTER

3G/HD/SD video router will be part of S-3 equipment and will be used to route studio video signals and for monitoring purposes. Each router source must be possible to connect to any multiviewer with salvo command.

Required configuration of the router, which must be offered:

  1. The router must be of a modular design
  2. designed for 3G/HD/SD-SDI signals with embeeded audio signals (at least 4 AES)
  3. at least 160 inputs expandable to 256 inputs
  4. Automatic input cable equalization for 140m of Belden 1694A or equivalent cable must be build inside the video router for transport of 3Gb/s signal.
  5. at least 160 outputs expandable to 256 outputs
  6. 256 x 256 crosspoints
  7. redundant power supply and ventilation built in the router, load sharing between main and redundant is requested during normal operation
  8. 2RU fan unit to draw intake cold air from the front of the frame is required
  9. x/y hardware control panels with scroll button for quick sources and destinations finding - 2 pieces
  10. multidestination control panel for at least 16 destinations with 8 status displays for instant overview of the selected sources on 8 destinations - 2 pieces
  11. hardware control panel for one destination with at least 50 buttons, button per source type - 3 pieces
  12. SW control panel package (at least 3 types) - 1 piece
  13. operating manual, paper and CD version
  14. maintenance manual, paper and CD version

Minimal routing technical specification: